Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1998 PSA#2141

94 LG/LGC, 1538 Atlantic Ave., Suite 106, Dobbins ARB, GA 30069-4824

F -- ASBESTOS MITIGATION SOL F09609-98-B-0001 DUE 071798 POC Tom Dobeck, Contract Administrator, 770/919-5783, Contracting Officer, Sharon A. Bell, 770/919-5115 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Solicitation F09609-98-B-0001 is hereby issued as an invitation for bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-5. The procurement is 100% small business set-aside and will follow simplified acquisition procedures in FAR Part 13. The applicable standard industrial code (SIC) is 1799 with a size standard of $7.0M. The following nonpersonal services are required: Provide all labor, tools, equipment, transportation, materials, containment, air monitoring, certifications and documentation required to remove and dispose of non-asbestos containing carpet and asbestos containing materials (ACM) from four buildings on Dobbins Air Reserve Base, Marietta, Georgia in accordance with all federal, state and local laws and all base regulations (available for viewing upon request). Contract Line Item Number (CLIN) 0001: Building 960, remove and dispose of approximately 960 square feet of carpet, and approximately 960 square feet of asbestos floor tile and mastic. CLIN 0002: Building 961, remove and dispose of approximately 960 square feet of carpet, and approximately 960 square feet of asbestos floor tile and mastic. CLIN 0003: Building 962, remove and dispose of approximately 960 square feet of asbestos floor tile and mastic. CLIN 0004: Building 1002, remove and dispose of approximately 225 square feet of asbestos floor tile and mastic, approximately 816 linear feet of asbestos window glazing and approximately 30 square feet of asbestos boiler jacket material. All quantities are estimated and a +/-10% variance is authorized. NOTE: All buildings are unoccupied and work shall be accomplished between 7:30 A.M. and 4:30 P.M., Monday through Friday and shall be coordinated with the contracting officer prior to start of work. Period of performance is 60 calendar days after date of award. Contractor shall not cause damage to interior walls or installed equipment in order to access tile. The contractor shall be required to submit a detailed asbestos abatement plan prepared by, signed, and sealed including certification number and dated by the contractor's certified industrial hygienist (CIH) for approval at least 10 working days prior to start of work. The plan shall include, but not be limited to the precise personal protective equipment to be used, abatement method, disposal procedures and schedule, planned air monitoring strategies, and a detailed description of the method to be employed in order to control the spread of ACM wastes and airborne fiber concentrations. This plan must be accepted in writing by the contracting officer prior to the start of any asbestos abatement work. Air sample fiber counting shall be completed and results provided within 24 hours after completion of a sampling period. The results shall be reported as time-weighted average (TWA). The contracting officer shall be notified immediately of any airborne levels of asbestos fibers in excess of established requirements. Written sampling results shall be provided within five working days of the date of collection. The written results shall be signed by the testing laboratory analyst, testing laboratory principal, the contractor's sampler and the contractor. The air sampling results shall be documented on contractor's daily air monitoring log. The contractor shall submit final completed waste shipment records for all shipments of waste materials. Forms shall be signed and dated by the agent of the landfill and shall be submitted within three days after date of delivery of material to the landfill. Contractor shall provide weight receipts for waste. At least 48 hours prior to the start of work at a particular building, the contractor shall meet with the contracting officer, Environmental Quality Flight, and Bioenvironmental Engineering Services to discuss procedures, testing and disposal of waste. The contractor shall perform clearance area sampling using air sampling techniques as defined in EPA 560/5-85-024. The sampling and analytical method used will be NIOSH-01 Method 7400 (PCM) with confirmation of positive results by NIOSH-01 Method 7402 (TEM). One pre-bid site visit will be conducted on Wednesday, 5 August 1998 at 9:00 A.M., at building 812, Suite 106, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. All interested parties should notify the Base Contracting Office, 94 LG/LGC, by telefax at 770-919-5612 no later than 4:00 P.M. Monday, 3 August 1998, of their intention to attend. Attendance is not mandatory but is encouraged, as this will be the only site visit conducted to familiarize contractors with the project. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, shall apply along with Defense FARSupplement (DFARS) 252.204-7004, Required Central Contractor Registration (CCR). Evaluation of bids will be in accordance with FAR Clause 52.212-2, Evaluation-Commercial Items, based on price. Bids shall include a completed copy of FAR Clause 52.213-3, Offeror Representations and Certifications -- Commercial Items. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, shall apply with addenda DFARS 252.232-7009, Payment by Electronic Funds Transfer (CCR). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, shall be incorporated into any contract resulting from this notice. Applicable clauses cited in 52.212-5 are 52.222-26, 52.222-35, 52.222-36 and 52.222-41. All interested parties should submit a written bid to 94 LG/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Bids must be received by 2:00 P.M. (EST), the bid opening time, on 17 August 1998. No telefaxed bids will be accepted. All bids shall reference IFB F09609-98-B-0001. Point of contact is Tom Dobeck, Contract Administrator, 770-919-5783.***** Posted 07/17/98 (W-SN224786). (0198)

Loren Data Corp. http://www.ld.com (SYN# 0035 19980721\F-0010.SOL)


F - Natural Resources and Conservation Services Index Page