Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1998 PSA#2212

Supervisor of Shipbuilding C&R, USN, PO Box 215, Portsmouth, VA, 23705-0215

P -- PROVIDE SERVICES TO TRANSPORT AND DISPOSE OF 5,700 TONS OS SOIL CONTAMINATED WITH TRPH FROM CECIL FIELD, NAVAL AIR STATION, JACKSONVILLE, FL TO A SUBTITLE "C" LANDFILL SOL N62678-99-R-0029 DUE 112798 POC John Martin (757) 396-5041 ext 451 FAX (757) 396-7176 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This announcement/solicitation is issued as N62678-98-R-0029 and incorporates provisions and clauses effective through Federal Acquisition Circular 97-03. This acquisition is unrestricted and the Standard Industrial Classification (SIC) is 8744. The Small Business Size Standard is 500 employees. Contract Line Item (CLIN) 0001: UNIT OF ISSUE= Tons, QUANTITY= 5,700. DESCRIPTION: The contractor shall haul away and dispose of 5,700 tons of soil contaminated with non hazardous TRPH (Total Recoverable Petroleum Hydrocarbon) 1. Disposal of soil: The contractor shall provide all supervision, labor and equipment to haul away soil contaminated with TRPH. 1.1 The soil will be removed from the ground by the Government from Site 7 at Cecil Field Naval Air Station, Jacksonville, FL. 1.2 When designated by the Government, the contractor shall provide at the designated site appropriate dump trucks, covered and contained, to be filled by the Government. The contractor shall then haul the soil away. 1.3 Soil shall be disposed of in a Subtit;e "D" Landfill or treatment facility of the contractors choice. The treatment facility must be licensed for all applicable state, federal and local requirements. 1.4 A "Ceritficate of Disposal and/or Recycling" will be required from the Subtitle "D" Landfill or treatment facility. 1.5 The contractor shall provide all permits, fees, placards, labels and manifest for proper disposal as required by local, state and federal regulations. 2. Scheduling: Work on this contract shall commence on or about December 7, 1998. The total time estimated to complete all removal of contaminated soil is 6 days. 2.1 The Government will work from 7:00 AM to 7:30 PM Monday through Sunday, including federal holidays or as supported by the Landfill.. The contractor will be required to work the same schedule. 2.2 The contractor shall conform to all federal, state and local laws and regulations regarding transportaion of materials. 2.3 The contractor shall have the capability to remove a minimum of 950 tons of soil per day. If the Government experiences delays in loading contractor trucks in excess of 1 hour, and if such delays are caused by the contractor failing to provide the capability to remove 950 tons of soil per day, then the contractor shall pay to the Government, the sum of $476.00 per hour delay beyond the initial hour of delay for each day. 2.4 Delays, or demurrage charges, of less than 1 hour caused by the contractor having to wait on the Government for loading or other purposes will not be compensable. Any delay over 1 hour must be documented in order to be compensable. 3. The contractor shall provide copies of weight receipts for each load. Receipts will contain at a minimum the following information: date, time, truck number and scale weights. 4. The contractor's representative shall ensure proper loading of the trucks, therefore any load fines shall be the contractor's responsibility. 5. The quantity of contaminated soil of 5,700 tons is based on an engineering estimate. The Charleton Detachment of SUPSHIP, Portsmouth, in conjunction with controlling requlatory bodies will determine the actual quantity of contaminated soil that needs to removed. Once the extent of contaminated soil required to actually be removed is determined, the Contracting Officer shall notify the Contractor. If the actual quantity removed is more or less than 950 tons, than the Contracting Officer will make an equitable adjustment in the total contract price to reflect increased or decreased quantities actually required to be removed. The equitable adjustment shall be based on the fixed unit (per ton) price offered by the Contractor. 6. The following types of insurance are required in accordance with the clause entitled "Insurance -- Work on a Government Installation" (FAR 52.228-5) and shall be maintained in the minimum amounts shown: 6.1 Comprehensive General Liability: $500,000 per person and $1,000,000 per accident for bodily injury. 6.2 Automobile Insurance: $500,000 per person and $1,000,000 per accident for property damage. 6.3 Standard Workmen's Compensation and Employer's Liability Insurance in the minimum amount of $100,000. The following clauses/provisions form the FAR are incorporated by reference: 52.212-1 Instructions to Offerors-Commerical; 52.212-2 Evaluation-Commercial Items, The Government will award to the responsible offeror whose offer conforming to the solicitation will be the lowest total price to the Government. 52.212-4 Contract Terms and Conditions- Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commerical Items paragraph (a), (b) (6) (7) (8) (9) and (c) (1). In addition, anyone responding to this solicitation must provide with their response a completed copy of the 52.212-3 Offeror Representations and Certifications -- Commercial Items. (Note: FAR text is available through the World Wide Web at: http://www.arnet.gov/far/) The closing date for receipt of proposals is November 27, 1998 at 2:00 PM local time. Mail proposals to: Supervisor of Shipbuilding C&R, USN, P. O. Box 215, NNSY- Bldg. 15, 2nd Floor, Code 420JM, Portsmouth, VA 23705-0215. For more information regarding this solicitation contact (757) 396-5041 ext 451. Posted 10/28/98 (W-SN266240). (0301)

Loren Data Corp. http://www.ld.com (SYN# 0048 19981030\P-0002.SOL)


P - Salvage Services Index Page