Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1999 PSA#2285

55 Broadway; Cambridge, MA 02142

99 -- TRANSPORT AND DISPOSAL OF CONTAMINATED SOIL SOL DTRS57-99-R-00012 DUE 022499 POC Point of Contact -- Eric Schuessler, Contract Specialist, Fax: (617) 494-3024 WEB: Volpe Center Acquisition Division home page, http://www.volpe.dot.gov/procure/index.html. E-MAIL: Contract Specialist, schuessler@volpe.dot.gov. 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; proposals are being requested and a written solicitation will not be issued. Solicitation No. DTRS57-99-R-00012 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. This solicitation is not a small business set-aside; the standard industrial classification code is 8744C, and the small business size standard is 500. The U. S. Department of Transportation, John A. Volpe National Transportation Sys tems Center (Volpe Center), Cambridge, Massachusetts, has a requirement for assisting the U.S. Environmental Protection Agency in the removal of lead and arsenic contaminated soil. The contaminated soil is located at the Jacob's Smelter Site (the Site) in the town of Stockton, Utah. This Statement of Work is for the transport and disposal of up to 5,000 tons of contaminated soil with options to transport and dispose of up to 20,000 tons of additional contaminated soil. Stockton is seven miles southwest of the town of Tooele and approximately 40 miles southwest of Salt Lake City. The site is accessed by US Route 36 and possibly by rail infrastructure (Union Pacific). The soil consists of topsoil underlain by clay, sand and gravel. Arsenic levels in 171 of 534 analyses showed levels gr eater than 100 ppm. The highest lead contamination levels were 23,000 ppm in the 2-6 inch sample depth range, 45,000 ppm in the 6-12 inch sample depth range, and 44,000 ppm in the 12-18 inch sample depth range. Some samples have failed lead TCLP analysis with the highest TCLP analysis of 153 ppm. During removal, excavated soil will be stockpiled, sampled and analyzed in order to characterize the soil as RCRA hazardous waste or RCRA non-hazardous waste. The stockpiled soil will then be transported and disposed of appropriately as either RCRA hazardous waste or RCRA non-hazardous waste. Services to be Performed -- The contractor shall be responsible for profiling of the waste and obtaining all approvals necessary for the transportation and disposal of the waste. The contractor shall prov ide all the necessary equipment, material and labor to perform the following tasks: Transportation of Contaminated Soil -- The contractor shall transport up to 5,000 tons of lead and arsenic contaminated soil from the Site. At the Government's option, up to 20,000 tons of lead and arsenic contaminated soil shall be transported from the Site. The soil will be stockpiled after excavation and analyzed by the Government in order to determine whether the soil is to be transported as RCRA hazardous or RCRA non-hazardous waste. The transporter shall be fully licensed to haul RCRA hazardous waste and/or RCRA non-hazardous waste and comply with all federal, state and local regulations. Transportation rates should be based on an estimated production rate of 100 to 500 tons per day. Contractors ma y provide separate rates for transportation and disposal by truck or by rail. The Government reserves the right to determine award based upon best transportation option method, cost, and flexibility to Government site requirements. The contractor shall provide on-site coordination and scheduling of loading and transport of trucks or rail cars and associated shipping requirements to avoid any demurrage charges on the site. The Government shall not pay demurrage charges due to any delays outside of the confines of the site. The Government reserves the right to cancel the scheduled transport of soil, at no cost to the Government, provided the Government issues a cancellation notice to the contractor at least 24 hours prior to the scheduled transport. Disposal of Contaminated Soil -- The c ontractor shall dispose of RCRA non-hazardous contaminated soil at a fully licensed Sub Title DCERCLA approved facility. The contractor shall dispose of RCRA hazardous waste at a fully licensed Sub Title C CERCLA approved facility. The Government will provide the contractor with laboratory analysis of the contaminated soil prior to transportation and disposal. Manifesting -- The contractor shall be responsible for preparation of all necessary manifests and/or bills of lading. The Volpe Center will coordinate with the contractor and EPA for the signing of the manifests or bills of lading. Schedule -- The project is currently scheduled to begin in March 1999 and will be completed by June 1999. Proposals shall include the following information in a written quotation due on February 24, 19 99 by 2pm. 1) Unit price for transport of up to 5,000 tons of RCRA hazardous waste contaminated soil and four unit price options for transport of RCRA hazardous waste contaminated soil as follows: Option 1: 5,001 up to 10,000 tons; Option 2: 10,001 up to 15,000 tons; Option 3: 15,001 up to 20,000 tons; and Option 4: 20,001 up to 25,000 tons. The mode of transport is to be selected by the contractor; highway and rail infrastructure exists in the vicinity of the Site. 2) Unit prices for transport of up to 5,000 tons of RCRA non-hazardous waste contaminated soil and four unit priced options for transport of RCRA non-hazardous waste contaminated soil as follows: Option 1: 5,001 up to 10,000 tons; Option 2: 10,001 up to 15,000 tons; Option 3: 15,001 up to 20,000 tons; and Option 4: 20,001 up t o 25,000 tons. The mode of transport is to be selected by the contractor; highway and rail infrastructure exists in the vicinity of the Site. 3) Unit prices for disposal of up to 5,000 tons of RCRA hazardous waste contaminated soil and four unit priced options for disposal of RCRA hazardous waste contaminated soil as follows: Option 1: 5,001 up to 10,000 tons; Option 2: 10,001 up to 15,000 tons; Option 3: 15,001 up to 20,000 tons; and Option 4: 20,001 up to 25,000 tons. 4) Unit prices for disposal of up to 5,000 tons of RCRA non-hazardous waste contaminated soil and four unit price options for disposal of RCRA non-hazardous waste contaminated soil as follows: Option 1: 5,001 up to 10,000 tons; Option 2: 10,001 up to 15,000 tons; Option 3: 15,001 up to 20,000 tons; and Option 4: 20,001 up t o 25,000 tons. 5) Discussion of transportation method, as well as any limitations, restrictions or conditions for the transport of the soil. 6) Discussion of the treatment method to be used at the disposal facility as well as any limitations, restrictions, or conditions for the soil disposal. 7) Location of disposal facility. 8)EPA transporter identification number. 9) EPA disposal facility identification number. 10) Approval requirements. 11) Proposed schedule including any identified constraints and lead times. Proposals will be accepted from contractors who bid individually on Items 1 through 4 above provided their proposal also includes information relative to the applicable item(s) listed in Items 5 through 11. For example, a contractor proposing on Item 1 alone must also address It ems 5, 8, and 11. Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (APR 1998) is hereby incorporated by reference. Solicitation provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 1997) -- Evaluation factors are: (1) Technical capability (ability to coordinate transport and disposal to avoid demurrage charges; ability to conduct on-site coordination and to complete regulatory paperwork; ability to coordinate with multiple contractors and Government representatives, equipment quantity; quality and availability); (2) Past Performance (three references where similar work was performed); and (3) Price. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 1997 ), with its offer. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (APR 1998), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(1)52.203-6 (ALT I), (b)(3) 52.219-8, (b)(6) 52.222-27, (b)(7) 52.222-35, (b)(8) 52.222-36, (b)(9) 52.222-37, and (b)(10) 52.225-3. Two copies of each offer must be delivered to the U.S. Department of Transportation, Volpe National Transportation Systems Center, ATTN: Mr. Eric Schuessler, Contract Specialist, DTS-853, 55 Broadway, Building 4, Room 195, Kendall Square, Cambridge, MA 02142 no later than 2pm E ST on February 24, 1999. The package must be marked RFP: DTRS57-99-R-00012. FAX questions to Eric Schuessler at 617 494-3024. Posted 02/16/99 (D-SN298685). (0047)

Loren Data Corp. http://www.ld.com (SYN# 0304 19990218\99-0003.SOL)


99 - Miscellaneous Index Page