Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
SOLICITATION NOTICE

P -- HAZARDOUS WASTE DISPOSAL

Notice Date
2/11/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army South, Directorate of Contracting, Attn: SOFB-DOC, Fort Buchanan, PR 00934-3400
 
ZIP Code
00934-3400
 
Solicitation Number
W81YDN-3342-9102
 
Response Due
2/19/2004
 
Archive Date
4/19/2004
 
Point of Contact
Jannette Delgado, 787 707 4528
 
E-Mail Address
Email your questions to U.S. Army South, Directorate of Contracting
(delgadoj@usarso.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. No specific format is required to submit your quote. This is a service request to provide all labor, material, insurance and all incidentals required to perform Hazardous Waste Disposal for twelve (12) months. Tentative Period of Performance: Feb 2004 to Feb 2005. -- Statement of Work -- SCOPE OF WORK DISPOSAL AND MANAGEMENT OF HAZARDOUS WASTE FORT BUCHANAN PUERTO RICO 1. OBJECTIVE: The subject project shall be performed IAW the applicable Federal, State, and local environmental laws and regulations. The contractor shall provide all labor, materials, insurance, and equipment for the packaging, placarding, pick- up, transportation, di sposition of hazardous materials and wastes at a federal and state approved treatment, storage and disposal facility (TSDF). Wastes include but are not limited to flammable waste, corrosive waste, fluorescents lamps, and contaminated absorbent materials g enerated at the Installation during Calendar Year 2004. 2. PERFORMANCE PERIOD: From Feb 2004 to Feb 2005. 3. PROCEDURES: A composite sample and analysis must be performed to unknown waste to identify the presence of hazardous and toxic constituents in order to determine the proper disposal method of the waste. The laboratory results must include as a minimum the approved EP A method used, results, units, regulatory limits, instrument minimum detection limit, and remarks, if any. 4. SERVICES: The projected quantities of HW and Special waste to be generated are as follows: Service Description Units Total Fluorescents Lamps 4?????? Long 700 lamps @ 4?????? long 2,800?????? Fluorescents Lamps 8?????? Long 700 lamps @ 8?????? long 5,600?????? Spill materials and equipment Lump sum Estimated Pickup/transportation/disposal Services 10 Contaminated with Oil/Diesel Steel Drum @ 55 gallons 5 Flammable waste Steel Drum @ 55 gallons 20 Corrosive Waste Plastic Drum @ 55 gallons 2 Toxic Waste Steel Drum @ 55 gallons 2 TCLP Sampling and Analysis Test 2 5. REGULATORY REQUIREMENTS: The contractor must have, but not limited to, the required EPA and EQB hazardous waste transportation permits and the Treatment Storage and Disposal Facility (TSDF) must be a certified EPA/EQB treatment facility. Contractor w ill provide copy of the mentioned certification prior performing the described services. The subject contract must be performed following the applicable Federal, State, and local regulations and guidelines. 6. COORDINATION: The contractor must provide a list identifying the authorized personnel and vehicles that will access Fort Buchanan. Any of the jobs described above must be only coordinated, authorized, and approved by the DPW Environmental Division. Selected contractor must be willing to register within the official Central Contractor Registration site. PROPOSALS: Must be received either via in person, fax 787-707-3751/3957, e-mail: delgadoj@usarso.army.mil or regular mail in or before 4:00pm (local t ime) of the business day 19 February 2004. Interested parties must confirm with this agency the receipt of proposals/ quotes. Proposal/quotes package must include all applicable certifications. filled/completed Offeror??????s Representation and Certifica tion??????s blanks FAR 52.212-3 (Form Attached). The contractor must have a Cage Code / DUNS from the Central Contractor Registration. Method of Payment: Electronic Funds Transfer (must be CCR) or Credit Card. English Language Documentation: All contractor-prepared correspondence furnished under this contract shall be written in the English language. Liability. For the purpose of this contract, the Contractor is considered as an independent contractor and not as an agent of the U.S. Government. During performance, the Contractor shall be liable and will indemnify and hold harmless the Government, its agents and employees against all actions or claims for all dama ges to persons or property, including death arising or resulting from fault, negligence, wrongful act, or wrongful omission of the Contractor, his agents or employees. Potential Contractors may be excluded from the competition if failure to comply with the above. For any further questions and interested parties to obtain a hard copy of this solicitation please contact Jannette Delgado at 787-707-4528. Applicable Clauses: 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executives Orders -- Commercial Items, 52.252-6 Authorized Deviation in Clauses, 52.243-1 Changes. The full text of a clause may be accessed electronically at the se addressess: FAR: http://www.arnet.gov/far/, DFARS: http://www.acq.osd.mil/dp/dars/dfars.html. Other clauses may apply.
 
Place of Performance
Address: US ARMY, Directorate of Public Works Building 556, Fort Buchanan Guaynabo PR
Zip Code: 00934-3400
Country: US
 
Record
SN00520557-W 20040213/040211212418 (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.