SOLICITATION NOTICE
M -- The contractor will provide engineering and support services and install a fully operational composting soil bioremediation treatment operation at Fort Lewis Landfill.
- Notice Date
- 1/31/2005
- Notice Type
- Solicitation Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-05-T-0009
- Response Due
- 2/15/2005
- Archive Date
- 4/16/2005
- Point of Contact
- MAJ PHELPS, ROBERT A, 253 966-3515
- E-Mail Address
-
ACA, Fort Lewis
(robert.phelps@lewis.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services for 12 months, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation number W911S8-05-T-0009 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The requirement is smal l business set-aside with a NAICS Code of 541620, and size standard of 5m. The description of the commercial items is as follows: Clin 0001 PERFORMANCE WORK STATEMENT FOR Composting/Bioremediation Demonstration Project at Landfill #5 FORT LEWIS, WA; IJO# PACKAGE NUMBER. 1. BASIC SERVICES. The contractor shall provide all management, tools, supplies, equipment and labor necessary to operate, service and maintain, Composting / Bioremediation demonstration project located at Fort Lewis, WA. Work shall com ply with Government and commercial standards. 1.1 SPECIFICATIONS AND DESCRIPTION OF WORK. The following list of Federal, State, and local regulations pertaining to liquid and or solid wastes is not all inclusive. AR 200-1 Environmental Protection and E nhancement, AR 385-30 Safety Color Code Markings and signs, Clean Water Act 40 CFR Part 503, 40 CFR Part 257, Occupational Safety and Health Administration Act, Department of Transportation Regulations, Resource Conservation and Recovery Act, Washington Industrial Safety and Health Administration, Washington State Department of Ecologys Guidance for Remediation of Petroleum Contaminated Soils, Chapter 173-350 of the Washington Administrative Code Solid Waste Handling Standards, Chapter 173-308 of the Washington Administrative Code Biosolids Management. 1.2 WORK: The contractor will provide engineering and support services and install a fully operational composting soil bioremediation treatment operation at Fort Lewis Landfill #5. Provide all perso nnel, equipment, tools, supervision and other items necessary for the installation and operations. The quantity of material to be composted and bioremediated will be approximately 1,200 cubic yards of PCS&S and approximately 10,000 cubic yards of organic and petroleum contaminated soils and sediments (PCS&S). 1.3 The organic materials to be composted will include; land clearing and storm debris (stumps, brush and tree limbs), grass clippings, leaves, and landscaping waste such as branches, small tree limb s, and trimmings from shrubbery, uncontaminated wood waste, sewage sludge (biosolids), digester grit, and horse manure.. The contractor will not be required to accept, creosote or treated wood or lead-based painted wood. 1.4 The PCS&S to be bioremediated includes vehicle wash rack sediment, catch basin and oil-water separator sediment, soils from spills and above and underground storage tanks contaminated with gasoline and diesel grade fuels, and heavy grade oil contamination, and street sweepings, (petrol eum contaminated sand possibly mixed with leaves). 1.5 Operate the composting and bioremediation facility to compost organics and treat PCS&S in accordance with the approved Plan of Operation. 1.6 Provide support and train (2-3) Fort Lewis staff to operat e and maintain the composting and bioremediation facility. 1.7 Submit laboratory analysis for composting / bioremediation, regulatory requirements and product determination in accordance with the plan of operation. 1.8 Hours of Operation ( Standard ). 2. EQUIPMENT: The equipment used will meet all Federal, State and local government rules/regulations, and standards relating to ambient air quality 3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES. The Government will provide the property and services listed h erein; a. Facilities and location site for the Composting and Bioremediation operations. b. Water supply to the facilities. c. A 30 yard dumpster service for tr ash disposal. d. Access to on-site restroom facilities. 4 GOVERNMENT-FURNISHED IDENTIFICATION BADGES. 52.111.4017 5. KEYS. The Government will provide access/keys. Final payment will be withheld pending the return of all keys issued. 6. FORMS. The Go vernment will provide a copy of Government Forms necessary for the requirements of this contract. The Contractor will be responsible to reproduce the necessary quantities. 7. UTILITIES. GENERAL INFORMATION. 8. QUALITY CONTROL. Submit a quality Control plan to the Project Manager within 10 calendar days after notice to proceed. Quality Control plan is subject to approval by the Contracting Officer. SPECIAL QUALIFICATIONS. 9. PARTNERING AGREEMENT. The Contracting Officer may require a partnering agreement between the Government and Contractor to ensure joint cooperation and a sound partnership of all parties involved in the execution of this contract. Partnering is the cre ation of a Government-contractor relationship that promotes achievement of mutually beneficial goals. It involves an agreement in principle to share the risk involved in completing the project and to establish and promote a nurturing partnership environme nt. Representatives from each organization are encouraged to participate in developing the partnering agreement. All cost for the partnership agreement should be shared equally between the Government and Contractor. This group is responsible for develo ping a formal partnering agreement that should be signed by all parties involved. 10. REPORTS, SUBMITTALS, AND INFORMATION. All reports, submittals, logs, and information provided to the Government shall be electronic and compatible with Microsoft Office 97 or later version, such as Excel or Word. Submittals will be provided to the COR on a monthly basis and will include information on the types and amounts of feed stocks being composted, monitoring data, documentation supporting regulatory compliance, la boratory analytical data, summary of events for the month and any other supporting documentation relevant to the project. 11. Maintenance and service logs. Logs shall be kept on all services and made available upon request. 12. HOURS OF OPERATION: Normal work hours are from 0730 to 1600, Monday through Friday except Federal Holidays. Any award resulting from this request for quotations will be made to a responsive, responsible quoter using a SF1449 fo rm. Quotes will be evaluated on a lowest price technically acceptable competitive acquisition evaluation factor whose offer conforms to the requirements and who has acceptable past performance. A sample must be submitted prior to award. Award will be ma de on an all or none basis. If quotes are provided for an equal item, specifications must be submitted. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offeror (whenever it appears) shall be replaced with the term quoter. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.21 2-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acq uisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. The following clause within DFARS clause 252.212-7001(b) is applicable to this a cquisition: 252.225-7001. The complete text of the Federal/Defense Acquisition Circulars is available at the following Internet sites: DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.a f.mil. Pre-Award Conference will be held on 09-Februar, 2005 at 14:00hrs (2:00PM). Location: Composting/Bioremediation Demonstration Project at Landfill #5FORT LEWIS, WA. Call Mr. Billy Calvert for directions at (253) 966-1733. Quotes are due on February 15, 2005 at 4:00 PM Pacific Standard Time. All Quotes must be faxed to the Directorate of Contracting, Attn: Maj Phelps, Robert A. at 253-967-3844, along with the completed Representations and Certifications, or e-mailed to: bob.phelps1@lewis.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ25/W911S8-05-T-0009/listing.html)
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN00743177-F 20050202/050131212112 (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 |