Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2008 FBO #2336
SOLICITATION NOTICE

B -- ASBESTOS ABATEMENT OVERSIGHT AND FINAL AIR CLEARANCE MONITORING, AT TWO DoDEA SCHOOLS, EDGRIN ELEMENTARY SCHOOL AT MISAWA AB AND LANHAM ELEMENTARY SCHOOL AT NAF ASTUGI, JAPAN

Notice Date
4/17/2008
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-T-0076
 
Response Due
4/24/2008
 
Point of Contact
Charlotte Cramer, 817-886-1082
 
Description
STATEMENT OF WORK Asbestos Abatement Oversight & Air Clearance Monitoring DoDEA Pacific Schools Japan/Okinawa B ASBESTOS ABATEMENT OVERSIGHT & FINAL AIR CLEARANCE MONITORING, EDGRIN ELEM. SCHOOL, MISAWA AB, JAPAN AND LANHAM ELEM. SCHOOL, NAF ASTUGI, JAPAN W9126G-08-T-0076 Point of Contact: Charlotte Cramer, Contract Specialist, (817) 886-1082; Email: Charlotte.cramer@usace.army.mil The Architect-Engineer (A-E) working as an independent contractor and not as an agent of the Government, shall, in accordance with the terms and conditions of the Contract and more particularly to furnish all personnel, insurance, services, materials, (other than those to be furnished by the Government as herein-after provided) supplies, plant, labor, equipment, investigations, studies, superintendence, and travel as necessary for the performance of the work defined. The work and deliverables shall be in accordance with the Contract, and all furnished instructions. To accommodate the levels of authorization and funds availability, the project may be divided into work packages as defined by the results of this modification. Any option will be exercised by future modifications of the basic Contract and at the discretion of the Contracting Officer. This work does not constitute work associated with the Brooks Act. Work details, includes but not limited to: 1.Location of Performance. a. Edgrin ES, Misawa Air Base, Japan b. Lanham ES, NAF Atsugi, Japan 2. Perform pre-decontamination and pre-abatement air monitoring, daily oversight, consultation, air monitoring, and final air clearance services for the abatement areas within the specifically designated construction areas for these schools. Abatement activities must occur immediately before start of renovation activities. The AE shall review the project documents, conduct discussions with interested parties to understand limits of abatement, review previous activities/schedule and design parameters for proposed asbestos abatement at these schools. 3.The Contractor shall provide on-site industrial hygiene surveillance during the decontamination and abatement process for these projects. The on-site industrial hygiene surveillance is expected to be conducted on a Monday-Friday basis, during the day-shift operations. Maximum expected on-site time is eight (8) hours per day. Off-shift and weekend industrial hygiene surveillance is not expected, unless requested due to emergency conditions byDoDEA and approved thru the Contracting Officer. 4.Provide recommendations, reports, and on-site consultation concerning the protection of students, DoDEA employees, custodial workers, military personnel, and the general public from asbestos exposure. Document all project activities to establish records that will serve as a basis for a final project report. (Report is for the specific DoDEA school and construction contracting officer.) 5. Perform pre-decontamination and pre-abatement background air sampling. At least two samples (2) shall be collected in each area planned for abatement activity. One sample shall be immediately analyzed by Phase Contrast Microscopy (PCM) and one sample shall be analyzed by Transmission Electron Microscopy (TEM) if the PCM background sample results exceed 0.01 fibers per cubic centimeter (f/cc) The TEM samples shall be archived if not used. 6.Prior to the initiation of decontamination and abatement activities, the on-site monitor shall assist the Construction Contracting Officers Representative (COR) to inspect the decontamination and abatement areas prior to decontamination and abatement initiation to assure conformance to plans, specifications, clarifications, or modifications made in the pre-construction meeting. 7.During decontamination and abatement activities, monitor air quality inside and outside of the abatement areas by taking air samples daily for PCM analysis. (a)Minimum samples taken daily to confirm air quality shall be: (1)Approximately 1.5 meters away from the outside entrance to the abatement area. (2)In the immediate vicinity of the discharge of a representative number of negative air system units. (3)Inside the abatement area. (4)Outside the abatement area at representative critical barriers isolating the abatement area from the portion of the building not included in the scope of the project. (b)All daily air sample analyses will be performed by PCM using the National Institute of Occupational Safety and Health (NIOSH) protocol, Physical and Analytical Method 7400. All PCM sample results shall be available before the start of the next workday. 8.During the decontamination and abatement actions, assist and advise the field COR. (a)Notifies the Construction Contracting Officer (KO) and/or his representative of abatement contractors nonconformance to contract documents as clarified or modified. (b)All discrepancies will be reported to the COR orally and in writing. 9. Conduct final inspection and air clearance activities as required by EPA regulations under AHERA. AHERA specifies final air clearances by TEM and/or PCM methods. A modified high volume PCM sampling method can be used as a preliminary check. A 24-hour laboratory turnaround will be required on all final clearance samples, after receipt at the laboratory. 10.Conduct air sampling for documentation in the event of unusual occurrences or fiber release episodes and recommends appropriate actions to KO or COR. 11.Prepare a written report concerning all relevant matters pertaining to the conduct of the industrial hygiene surveillance of the decontamination and abatement activities. 12.Document activities with written records, inspection checklist, and notes. Photographs and/or video recording methods are optional under special circumstances. This action is under Simplified Acquisition Procedures, total amount will not exceed $100,000. Work is to commence 13 June 2008 and completed within 180 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541620. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the contract work with his/her own employees. This is an UNRESTRICTED solicitation. Work will be performed overseas in Japan; a statement must be provided attesting that your firm does have the ability and the authority to work in Japan. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. Anticipated solicitation issuance date is on or about 24 April 2008, and the estimated proposal due date will be on or about 8 May 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ac5ec08f35ddc3987f09969aab7e063a&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN01556240-W 20080419/080417220430-ac5ec08f35ddc3987f09969aab7e063a (fbodaily.com)
 
Source
FedBizOpps 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.