Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1998 PSA#2041

3 Contracting Squadron, 6920 12th Street, Elmendorf AFB, Alaska 99506-2570

J -- LEAD MINING AND FILTER REPLACEMENT OF FIRING RANGES SOL F65501-98QM077 DUE 031098 POC Point of Contact: TSGT TRAMP, CONTRACTING OFFICER; DIANE FERGUSON, CONTRACTING SPECIALIST, (907)552-7544. WEB: none, none. E-MAIL: 3rd Contracting Squadron Elmendorf AFB AK, FergusonD@Elmendorf.af.mil. This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) = is F6550198QM077. The provisions and clauses incorporated are those in Federal Acquisition Circular 90-46, and it has a standard industrial code(SIC) of 7699. Wage Determination 94-2017 Rev 12 applies. The services required by this SOW include contractor furnished labor, supervision, transportation,tools, equipment, and materials necessary = to perform the following service. SCOPE: Service contract to remove the bullet residue (lead) from the collection area (backstop) of the indoor firing ranges, Building 22-012, on a regular basis (every month) from = 16 March 1998 to 30 September 1998. TECHNICAL PROCEDURES: Provide labor and materials to perform the following tasks: Enclose the backstop = area and provide engineering controls as needed to prevent lead dust contamination of the surrounding area. Sift out lead bullets and fragments from the collection containers at the bottom of the back wall and send to DRMO, Building 34-600, for turn-in as recyclable material IAW current 3rd Wing OPLAN 19-3, state and federal guidelines. Contractor shall containerize the lead bullets and fragments separately from the lead dust. The contractor shall remove lead dust from the = same containers and containerize as Hazardous Material. Contractor is responsible for completing all turn-in documentation. Remove lead dust from the floor between the backstop and back wall and containerize as "Hazardous Waste (Lead)". Contractor shall also separate lead bullets and fragments and containerize for turn-in at DRMO as described above. Remove lead dust and bullet fragments from water pipes/heating units, including the interior of the ventilation system. Wet wipe all pipes = and ventilation with a TSP (Trisodium phosphate) solution. Materials shall be containerized and labeled as hazardous waste. Remove lead dust, bullet fragments and all range floor debris from the firing range floor from the wall rear of the firing line to include the backstop to the rear of the target line. Contractor shall separate lead bullets and fragments and containerize for turn-in as described above. Vacuum the firing range floor from the wall rear of the firing line to the = backstop rear of the target line with a HEPA vacuum then wipe down the walls, floors and target retrieval system with a TSP solution to remove lead dust. The approximate square footage of this area is 7108 square feet total for both firing ranges; there are 14 stalls total. It will be = the contractor's responsibility to: Provide the necessary containers and labels to package all debris removed from the backstop area in accordance with the 3rd Wing OPLAN 19-3. All lead parts that are = larger than 1/8" shall be separated and containerized separately. Transport the containers, except the 1/8" or larger lead containers, to the Elmendorf AFB Hazardous Waste Treatment, Storage, and Disposal (TSD) (Building 22-009) and in-process the material. The contractor will be required to certify the containers and complete the necessary paperwork to transfer custody of the material to hazardous waste personnel. Hazardous waste personnel will not accept custody of the material = unless the containers are properly packaged and labeled. The 1/8" or larger lead containers shall be transported to DRMO, Building 34-600, for recycling turn-in. Contractor shall schedule with DRMO and provide all necessary documents for the turn in. The contractor shall turn in all Hazardous Waste generated to the Elmendorf AFB TSD on the same day it was containerized unless otherwise approved by the Contracting Officer. Submittals: The contractor shall submit the following documentation to the contracting officer or designated representative for approval to ensure that the specified procedures are followed and that personnel = and equipment are provided and used in accordance with these = specifications: The contractor shall submit the Lead Work Plan required by 29 CFR 1926.62 to the contracting officer or designated representative for approval prior to contract start. In addition to meeting all = applicable requirements specified in 29 CFR 1926.62, this plan shall also address hazardous waste sampling and disposal, lead training for workers, requirements for medical examinations, background and clearance dust wipe sampling, and visual inspection following work. The plan shall be prepared, signed and dated by the contractor's Certified Industrial Hygienist. Work shall not proceed until the contracting officer or designated representative approves this plan in writing. A signed Statement of contractor qualifications shall be provided with records = of experience qualifying the firm as experienced in lead abatement. The contractor shall certify that all personnel involved in the lead abatement projectfully understand the Federal, State and local requirements referenced in this contract. The contractor shall = minimize exposure to lead and the release of lead dust. The contractor shall = use tools equipped with High Efficiency Particulate Air (HEPA) vacuum systems to collect dust and wet methods to minimize generation of lead dust. Provide all necessary training and personal protective equipment to employees and ensure employees use adequate PPE during all phases of the operation. Submit certificates, signed by each employee and the Certified Industrial Hygienist, that each employee has received the training required by CFR 1926.62, appropriate State of Alaska regulations and these specifications. Provide, certificates showing that currently certified employees remain certified for the duration of the contract. Provide other equipment, materials, and controls as needed to ensure that people who are not involved in the clean up are not exposed to lead dust released by the operation. Ensure that all lead contaminated waste such as rags, plastic sheeting, etc., are disposed of properly as hazardous waste. Inspect hardware (rear bullet backstop, nuts, and bolts) in bullet containment room and adjust if necessary (tighten the bolts). Lubricate the backstop with 30-weight oil per appropriate manufacturer's recommendation Filters shall be replaced BI-monthly (every other month). No suitable substitutes allowed. Provide the following filters: a. Filter Replacement: 24 filters required BI-monthly. Gasket on sides of the filter running parallel to the media 24 gage galvanized aluminum/99.97% efficiency. Manufacturer/Model: Northland 2000 HEPA filter with a single header (main filter) Dimension: 23-3/8" x 23-3/8" x 11-1/2"b. Filter Replacement: 24 filters required each month. Manufacturer/Model: FARR Rigid Cotton (pre-filter) Dimension: 24" x 24" x 2" . Vacuum the = filter services and maintenance room area semi-annually with a HEPA vacuum and then wipe down the area with a Trisodium Phosphate solution to reduce surfacelead contamination levels. The approximate square footage of this area is 2815 square feet. The contractor shall take = representative swipe samples to determine levels of lead remaining and report this to the contracting officer, or designated representative and send one copy to each 3SFS/SFTC 22-012 Maple Street Elmendorf AFB, Alaska 99506, Environmental 22-041 Maple Street Elmendorf AFB, Alaska 99506 and 3CONS 6-920 12th Street Elmendorf AFB, Alaska 99506. Work Schedule: The duration of this contract is 15 March 1998 to 30 September 1998. Lead mining shall be completed in one working day monthly. The time limit for each operation shall be three (3) working days from the beginning = of the operation until the waste containers are removed and the range must be ready for use the following day. Work shall commence the second Thursday of the month for lead mining and work shall be completed in = one working day. Filter replacement will be completed the same day but on = a BI-monthly basis. The filter services and maintenance room areas will also be completed on this day but on a semi-annual basis. Contractor shall verify schedule with the Combat Arms personnel and make any specific changes two months prior to contracted services. It shall be the contractor's responsibility to coordinate in advance to ensure that range personnel and Elmendorf AFB TSD personnel will be on duty during the hours that lead removal operation is in progress. EMERGENCY SERVICES: In the event of an emergency response such as a natural disaster the contractor shall provide the following service: Respond within four (4) hours of the request to seal off all ventilation vents on the exterior of the firing range to prevent volcanic ash from contaminating the system. Replace filters in between scheduled BI-monthly removal/replacement service. Remove volcanic residue from building top to prevent filter contamination when range operation resumes. Emergency service over $2500.00 will be separately priced, negotiated and awarded. Payment of the emergency services under $2500.00 will be via impact card. CLEARANCE SAMPLING: The contractor shall conduct a thorough inspection of the work and areas adjacent to work area following the work to ensure clean-up is complete and that no lead dust hazard has been created outside the work area. The contracting officer or designated representative shall be given the opportunity to participate in the visual inspection. Following the visual inspection, the contractor shall conduct clearance wipe = samplings for lead dust. The cleaned area will not exceed 800 UG/Ft2 (micrograms per square foot). CONTRACTOR SUPPLIED REPORTS -- All reports shall be signed by a competent person in charge and senior management representative. Contractor shall submit a lead work plan. Written exposure assessment demonstrating compliance with all the requirements in 29 CFR 1926.62, paragraph (d), Exposure assessment will be = submitted. Copies of all applicable exposure monitoring records will also be provided. These records will include all the information identified in 29 CFR 11926.62, paragraph (b) record keeping. Visual inspection following work signed by competent person in charge and the contracting officer's representative that participated in the visual inspection. Clearance dust wipe sampling results reviewed. Certificate from the contractor stating that based on visual inspection, clearance sampling and good work practices, no known lead contamination from the project remains and the work area is suitable for occupancy. RESPONSIBILITY OF CONTRACTOR FOR GOVERNMENT PROPERTY: The contractor assumes full responsibility and shall identify to the government any and all loss or damage of any kind. Including equipment, supplies, accessories, or = parts furnished while in custody and care for storage, repairs, or services = to be performed under terms of this contract. Loss or damage resulting in whole or in part from the negligent act or omissions of the contractor, subcontractor, employee, agent or representative of the contractor. = The contracting officer or designated representative must be notified by = the contractor prior to the removal of any government-owned property from Elmendorf Air Force Base, Alaska. All equipment removed from this installation will be accounted for on a hand receipt (AF Form 1297) = with a copy to the contracting officer or designated representative. Incorporate FAR 52.212-2, Evaluation-Commerical Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote offers the best value to the government based on a integrated assessment of each quote in terms of price and past performance. Offerors shall complete past performance questionnaire and submit it with their quotation. The government will provide copies of past performance questionnaires to offerors. No site visit is scheduled. Offerors can submit quotes by fax to Diane Ferguson, (907) 552-7469, NLT 10 March 98, 4:30 P.M.. (0056)

Loren Data Corp. http://www.ld.com (SYN# 0049 19980227\J-0010.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page