|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1998 PSA#20413 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
|
|