Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

95 -- ZINC BANDING PROJECT

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense National Stockpile Center, 8725 John J. Kingman Road Suite 3229, Fort Belvoir, VA, 22060-6223
 
ZIP Code
22060-6223
 
Solicitation Number
OLNH-002-02
 
Response Due
6/16/2002
 
Archive Date
7/1/2002
 
Point of Contact
Danny Lester, Contract Specialist, Phone 703-767-5482, Fax 703-767-5494, - Richard Talbott, Contracting Officer, Phone 703-767-5497, Fax 703-767-5484,
 
E-Mail Address
danny_lester@hq.dla.mil, richard_talbott@hq.dla.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The Contractor shall furnish all necessary labor, equipment, tools supplies (except for actual banding material and clips), personnel, supervision, and management services to perform material handling of approximately 24,831 metric tons (MT) of Zinc to include, relocating, bundling, banding, weighing, and marking at the New Haven Depot, New Haven, IN. The Contractor will be required to remove sub-lifts of zinc from the block stack. Contractor will inspect the sub-lift to insure that the lift consists of only one brand of zinc. If brands are commingled in the sub-lift, then the Contractor will be required to segregate the brands and build a bundle similar to the sub-lift consisting of only one brand. The Grade for all brands of zinc is High Grade, which consists of the following brands: Anaconda-15,904 MT, US Smelting-2,001 MT, Pioche-4,500 MT, American Special-475 MT, and Page Electro-1,951 MT. Government estimates that approximately 1% of the sub-lifts will require hand segregation by brand. Note: Average weight per slab is 45-60 lbs. After the sub-lift is removed from the block stack the Contractor will clean slabs of any accumulated dirt and debris and transport approximately 300 feet to a contractor supplied scale. Contractor will weigh sub-lifts adding or removing layer(s) of zinc slabs to form a sub-lift weighing approximately one metric ton (2,204 lbs.). Any removed slabs not added to existing bundles shall be placed into manually built sub-lifts weighing approximately one metric ton. Manually built sub-lifts will only have one brand of zinc with slabs interlocking to prevent slipping. A Government representative will witness the weighing of each sub-lift and mark the weight on each bundle. After weighing each sub-lift, the contractor shall remove the sub-lift from the scale and secure zinc slabs with three (3) 1 ?? galvanized bands and double crimp. The Contractor shall cut the banding to an appropriate length so as not to waste government supplied banding material. Bands are to be placed in such a manner as to prevent any zinc slabs from slipping out of the sub-lift. A Government representative will monitor the contractor marking the weight on each bundle. After sub-lifts have been banded and marked with the weight of the sub-lift, the contractor shall relocate the zinc to a storage area approximately 300 feet from the scale. Government estimates that the Contractor will have to individually handle approximately 15% of zinc slabs in order to build a metric ton sub-lift. The Contractor shall meld or otherwise "work in" any broken pieces into existing bundles. Broken pieces will be segregated by grade and brand. The Contractor shall not "run equipment over" existing stack base pieces. The Contractor shall place broken slabs not incorporated into bundles into drums furnished by the Government. Broken slabs will be segregated by grade and brand. The Government shall determine the tare weight of the drum. After filling the drums, the Contractor shall weigh the drum. The Government representative will mark the gross, tare, and net weight on the drum, as well as the brand of zinc. The Contractor shall furnish digital scales capable of displaying weights to the nearest one pound. The scales shall be calibrated at the expense of the Contractor in the presence of the Government Representative. The Contractor shall ensure that the scale certification is 80% of the scale capacity. Scale(s) shall be certified in accordance with NIST Handbook 44 ? Acceptance Tolerance Values. Scale acceptance tolerance shall be listed on the scale certification. The scale shall be within acceptance tolerance values at each check weigh, if not, the scale shall require re-calibration and re-certification at the expense of the Contractor in the presence of the Government Representative. If the Scale is relocated for any reason after an official certification, the scale shall be re-calibrated and re-certified at the expense of the Contractor in the presence of the Government Representative as stated above. The scales shall be tested and checked weighed each morning before beginning work and each afternoon before resuming work after lunch in the presence of a COR. The Contractor is to supply test weights and must be State certified for 2,500 pounds. Check weights must be consistent; therefore; the accuracy of the scale must be checked and verified periodically. Scale(s) shall be zero balanced after each weigh. The government reserves the right to challenge the accuracy of the scale at any time. The Contractor shall keep the scales and bundles of zinc free of ice, snow, dirt, debris, and any other foreign materials which may affect scale operation accuracy. The government shall establish the tare weight for the galvanized steel banding and clips utilizing the Contractor?s scale. The Contractor shall cut off the curled ends from the banding and ensure that each bundle is clean and free of dirt and debris prior to weighing. The Contractor shall be responsible for supplying the indelible oil paint based markers with broad line tips in either bright red or yellow color. The Contractor shall use the indelible oil paint based markers and legibly annotate the bundle number and net weight on the top and side of each bundle. Bundle numbers and net weights shall be at least one inch high. As a person faces the bundle, the bundle numbers and net weights shall be a least one inch high and the bundle number shall be placed on the left band and the weight shall be placed on the right band. Completed bundles shall be blocked stacked in designated storage area. Care shall be taken to put the same number of bundles in each row and to keep all rows straight and uniform in height. The bundles shall not be stacked more than two bundles high. The bundle numbers and weights shall face out toward the forklift as it is being placed into/removed from the stack. For the duration of the contract the Contractor shall rebuild and re-band any collapsed bundles and replace any bands that are loose or broken. The COR reserves the right to reject loose bands and designate such bundles for re-banding. Bundles that are re-banded shall be re-marked with the weight and bundle number in accordance with specifications above. If the COR deems it necessary, the Contractor shall re-weigh the bundle before re-marking the bands. Any re-weighing or re-banding determined necessary by the COR shall be done at the expense of the Contractor. NOTE: METRIC TONS OF MATERIAL HANDLED SHALL NOT BE COUNTED AS PERFORMANCE FOR PAYMENT UNTIL MATERIAL IS RELOCATED AND STACKED PER ABOVE ?WEIGHING AND RESTACKING? PARAGRAPH. ALL MATERIALS ARE STORED OUTSIDE AND REQUIRE OUTSIDE WORK. WORK SHALL REQUIRE HANDLING OF INDIVIDUAL PIECES OF MATERIAL. The Contractor shall take all proper and necessary safety and health precautions to protect the workers, the public and the property of others. The Contractor shall comply with all Occupational Safety and Health Administration (OSHA) regulations and relevant State, Local, and Federal Environmental regulations. The Contractor and all its employees shall observe all safety, and fire regulations in effect on the depot. All powered industrial trucks used shall meet the requirements of 29 CFR 1910.178. All electrical equipment shall be Underwriters Laboratory (U.L.) listed. Powered industrial trucks shall be parked in an area designated by the COR and secured to prevent unauthorized movement during non-duty hours. No equipment shall be left unattended with the motor running. There will be no refueling of gas-powered equipment within any interior space or within 20 feet of any building. Material handling equipment shall be clean and in good operating order. Handling equipment and procedures are subject to inspection by the COR. Smoking is prohibited, except in specifically designated areas. Smoking is not permitted within 100 feet of any refueling operations. Fuel storage tanks furnished by the Contractor shall be acceptable to the COR. Location of fuel storage tanks will be coordinated with and approved by the COR. The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage. All scrap material, rubbish, and trash shall be removed daily from in and about the work areas and shall be placed in approved containers provided by the Contractor and removed from the depot as required by the COR at the Contractors expense. The Contractor shall clean up daily all work areas, and maintain work areas free of debris and used or discarded materials and supplies such as banding, dunnage, which will be properly disposed of off-site at the Contractor?s expense. Additionally, the Contractor shall clean up daily any mud and/or snow etc, brought into the buildings on the site tires of Contractor?s forklift trucks or other equipment Inspection and acceptance of all work performed under the resultant contract shall be done by the Contracting Officer Representative (COR). Appointments for inspection at New Haven Depot, may be arranged by calling Mr. Fred Brooks, Distribution Facilities Manager, New Haven, IN (219) 749-5953. The period of performance is 171 working days after issuance of a notice to proceed. The rate of production shall be the following: The minimum quantity for material handling is 150 metric tons per day. The hours of the New Haven depot for work under this contract shall be Monday ?Friday 0700 - 1600 hours, Federal Holidays excluded. The Contractor shall quit handling (banding, weighing, relocating) by 1545 hours to allow adequate time for daily clean up of work areas and shall be off the work site promptly at 1600 hours on Monday- Friday. The Government shall supply the Contractor with 1 ?? wide, .035? thick galvanized steel banding material and galvanized clips for crimping. The Contractor shall furnish all supplies, material and equipment required for the performance of the work, including but not limited to: banding equipment for the application of bands, scale, test weights, portable toilet facilities, drinking water, portable wash stations, office and storage area, portable generators, indelible markers, telephone, band cutters, scales, forklifts, tensioners, crimpers, dumpster and supplies. The Contractor shall also furnish all necessary safety material and supplies including but not limited to safety shoes (steel toes), safety glasses, work gloves for employees, and any other protective equipment required. The Contractor shall provide a project manager or supervisor who shall be responsible for the performance of the work and shall be empowered to act on behalf of the Contractor. The project manager/supervisor shall be responsible for the overall management and coordination of the work and shall act as the central point of contact with the government. The name of this person and alternate(s) who may act for the Contractor shall be designated in writing to the Contracting Officer. The project manager/supervisor shall meet as necessary with the COR to discuss immediate problem areas. The Contractor shall provide a list of all employees assigned on this project to the COR within five days after beginning performance of the work. The list shall include the full name of each employee and the employee?s work assignment. The Contractor shall notify the COR immediately of any changes in personnel or work assignment. Assignment, transfer, or reassignment of personnel shall be the prerogative of the Contractor, however at the government?s direction, the Contractor shall relieve any person for misconduct or endangering life, property, or national security.
 
Place of Performance
Address: Defense Logistics Agency, Defense National Stockpile Center, DLA-DNSC ? New Haven Depot, 15411 Dawkins Avenue, New Haven, IN
Zip Code: 46774-9644
Country: USA
 
Record
SN00084366-W 20020531/020529213031 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.