|
COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1998 PSA#214194 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
|
|