|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1999 PSA#228555 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
|
|