Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

F -- Solid Waste

Notice Date
9/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG-TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56ZTN-15-T-SWASTE
 
Archive Date
10/9/2015
 
Point of Contact
Sherry L. Compton, Phone: 4438614747, Charrissa Stancell, Phone: 4438614763
 
E-Mail Address
sherry.l.compton.civ@mail.mil, charrissa.m.stancell.civ@mail.mil
(sherry.l.compton.civ@mail.mil, charrissa.m.stancell.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation W56ZTN-15-T-SWASTE For Solid Waste (i) 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. (ii) This solicitation, W56ZTN-15-SWASTE, is being issued as a Request for Proposal (RFP) in accordance with the Government's requirement. (iii) The solicitation and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76, effective 25 July 2014. (iv) The North American Industry Classification Standard (NAICS) code is 541620. This procurement is being solicited as 100% Small Business set aside. (v) The Firm Fixed Priced (FFP) contract line numbers are listed below: CLIN Description Quantity Unit of issue Unit Cost Total Price 0001 Solid Waste Sampling and Analysis Paragraphs C.3.2 and C.3.3 1 JOB 0002 Ground Water and Methane Monitoring Paragraph C.3.4 1 JOB Total Price : (vi) The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) on behalf of the Department of Public Works (DPW) intends to solicit and award a Firm Fixed Priced (FFP) contract to obtain Pollution Prevention support. (See attached Performance Work Statement, List of Deliverables and QASP). Period of Performance: The performance period of this contract shall be 365 days after the award date. (vii) FAR 52.212-1, Instruction to Offerors-Commercial items, applies to this acquisition. (viii) FAR 52.212-2, Evaluation-Commercial items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: Technical, and Price. (ix) FAR 52.212-3, Offeror Representations and Certification-Commercial items, applies to this acquisition. Offerors shall include a completed copy of provision with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions -Commercial Items, applies to this acquisition. (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial items, applies to this acquisition. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. (xii) FAR and DFARS Clauses Incorporated by Reference are applicable to this acquisition: 52.247-34, F.O.B. Destination; 52.232-39 Unenforceability of Unauthorized Obligations; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.253-1, Computer Generated Forms; 252.232-7010, Levies on Contract Payments; and 252.233-7001, Choice of Law (Overseas). The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. FAR and DFARS Clauses Incorporated by Full Text are applicable to this acquisition: 52.204-3, Taxpayer Identification; 52.204-7, System for Award Management; 52.215-6, Place of Performance; 52.216-1, Type of Contract; 52.233-2, Service of Protest; 52.246-2, Inspection of Services-Fixed Price; and 252-246-7000, Material Inspection and Receiving Reports. The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252-212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Order Applicable to Defense Acquisitions of Commercial Items, Clause Incorporated by Full Text, is applicable to this acquisition. The following DFARS clause within the aforementioned clause is being selected as applicable to this acquisition: 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The full text of this FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at www.sam.gov. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. (xiii) The Defense Priorities and Allocation System (DPAS) do not apply to this acquisition. (xv) Questions (Please use the solicitation number as the subject) must be submitted by Tuesday, September 22, 2015 at noon (12:00pm) EST. All proposals must be good for at least 30 calendar days. Proposals are due via email no later than Thursday, September 24, 2015 at 1:00PM EST. Late submissions will not be accepted. (xv) Questions or proposals shall be submitted to Ms. Charrissa Stancell BY EMAIL ONLY to charrissa.m.stancell.civ@mail.mil or sherry.l.compton.civ@mail.mil. PERFORMANCE WORK STATEMENT SOLID WASTE COMPLIANCE C.1.0 SCOPE OF WORK The Contractor shall provide support to the Environmental Division, Directorate of Public Works at Aberdeen Proving Ground on a firm fixed price basis. Specific tasks include preparation of solid waste reports for submittal to MDE, sampling and analysis program. C.1.1 BACKGROUND APG occupies over 72,000 acres used for a variety of purposes, including research & development, training activities, and residential use by over 22,000 people. The APG Solid Waste (SW) Program requires solid waste services to meet the requirements of the state of Maryland and Army Regulation 200-1, Environmental Protection and Enhancement. The Solid Waste Program includes sampling of various SW streams and monitoring of groundwater and methane gas at two closed rubble landfills. The Phillips Army Airfield (PAAF) and Westwood Rubble Landfills are located in the Aberdeen area and Edgewood Area of Aberdeen Proving Ground respectively. Disposal operations for PAAF began in 1971 and for Westwood in 1980. Both ceased accepting waste as of June 30, 2001. Waste accepted at these landfills included concrete, brick, stone, metal, asphalt, plastic, and other construction and land clearing debris. Final closure of PAAF and Westwood landfills began in March 2001 and July 2002 respectively and ended on June 7, 2002 and September 23, 2003 respectively, both with the final walkthrough and approval by MDE representatives. C.1.2 OBJECTIVE The APG Solid Waste Program, which includes the Groundwater Monitoring Program at PAAF and Westwood Rubble Landfills conducts sampling and monitoring in accordance with (IAW) the groundwater discharges permits issued by the MDE. The objective of this task order is to meet those requirements. C.2.0 APPLICABLE DOCUMENTS. For purposes of this Performance Work Statement (PWS), "Required" means that the requirements contained in the directly cited document are contractually applicable to the extent specified. The term "For guidance only" means the document is not contractually applicable and is provided for guidance and information only. The documents cited below are "required" unless specifically identified as "For guidance only". In the event of a conflict between the document referenced herein and the contents of the PWS, the PWS shall take precedence. C.2.1. List of Support Documents: C.2.1.1 40 CFR 261. - Identification and Listing of Hazardous Waste. C.2.1.2 COMAR 26.04 - Regulation of Water Supply, Sewage Disposal, and Solid Waste C.2.1.3 COMAR 26.13 - Disposal of Controlled Hazardous Substances C.2.1.4 AR 200-1 - Environmental Protection and Enhancement C.2.1.5 APGR 200-50 - Integrated Solid Waste Management Plan C.2.1.6 APGR 200-60 - APG Hazardous Waste Operations C.2.1.7 U.S. EPA SW-846, Test Methods for Evaluating Solid Wastes C.2.1.8 Phillips Army Airfield Sampling and Analysis Plan, August 2011 C.2.1.9 Westwood Rubble Landfill Sampling and Analysis Plan, August 2011 C.2.1.10 Phillips Army Airfield and Westwood Rubble Landfill Monitoring Well Locations (Included in Sampling Plans) C.3.0 REQUIREMENTS (Performance Work Statement)... In accordance with (IAW) Section C, paragraph C.3 of the Basic Contract, the contractor, as an independent contractor and not as an agent of the Government, shall provide the necessary resources (except for those identified as Government furnished property or assistance) to perform the following work: C.3.1 Kick Off Work Meeting C.3.1.1 The contractor shall host a start of work ("Kick-Off Work") meeting at its facility within ten (10) days after contract award IAW Section 5.1 of the PWS. C.3.1.2 The purpose of this meeting is to summarize its understanding of the tasks to be completed, ask and answer questions, and serve as a venue for all parties to make introductions. The Kick-Off Work meeting shall include a verbal "walk-through" of this PWS. C.3.1.3 The contractor shall provide Kick-Off Work meeting minutes to the COR not later than (NLT) forty eight (48) hours after the Kick-Off Work meeting IAW Section 5.1 of the PWS. C.3.2 Sewage Sludge Sampling, Analysis and Reports The contractor shall provide services for sewage sludge sampling and analyses for the Edgewood Area of Aberdeen Proving Ground's Wastewater Treatment Plant (WWTP). The contractor shall collect samples twice annually from the sewage sludge digester and submit to an approved lab for analysis consistent with Maryland regulations for Class I sewage sludge. Samples shall be collected no later than, December 31, 2015 and June 30, 2016. The samples shall be analyzed for percent solids, pH, and dry weight concentrations of Total Kjeldahl Nitrogen (TKN), ammonia, nitrate, phosphorus, potassium, cadmium, copper, mercury, nickel, lead, and zinc. Polychlorinated Biphenyls (PCBs) shall be analyzed from one of the samples IAW Code of Maryland Regulations (COMAR) requirements. The contractor shall coordinate with the Contracting Officer's Representative (COR) to gain access to the WWTP. Samples shall be taken from the secondary digester from the sludge sampling point located in the basement of the digester building. C.3.2.1 Annual Sewage Sludge Generator's Report. The contractor shall prepare and submit the Annual Sewage Sludge Generator's Report IAW COMAR 26.04.06.06 and Section 5.2.1 of the PWS. The contractor shall complete the report forms and prepare a transmittal letter for the COR's execution and submittal 5 business days after taking the sample. The contractor shall provide copies of the reports and letter for the COR's record. The annual Sewage Sludge Generator's report shall be submitted to the COR. The report is due to the MDE by January 31, 2016. C.3.2.2 Semi-Annual Sewage Sludge Monitoring Analysis Report The contractor shall provide the COR with two (2) Semi-Annual Sewage Sludge Monitoring Analysis Reports. The first semi-annual report will be for the monitoring period from July 1, 2015 through December 31 2015; the second semi-annual report will be for the monitoring period from January 1, 2016 through June 30, 2016. These reports are due to the MDE by March 31, 2016 and August 31, 2016, respectively. The contractor shall submit both a hard copy and an electronic copy of each report to the COR IAW Section 5.2.2 of the PWS. C.3.3 Solid Waste Sampling and Analyses The contractor shall respond to up to four (4) requests by the COR for sampling of soli various solid wastes at APG. The various solid waste streams may include lead based paint waste, oil contaminated soil, building debris, asbestos containing materials, leachate, water, and/or wastewater. C.3.3.1 Solid Waste Sampling Plan The contractor shall assess the material to be sampled, ascertain the objective of the sampling, and develop a sampling plan consistent with industry standard practice specified in documents such as U.S. EPA SW-846, Test Methods for Evaluating Solid Wastes, Title 40 of the Code of Federal Regulations (CFR), Part 136, Guidelines Establishing Test Procedures for the Analysis of Pollutants in water,. The contractor shall submit each draft sampling plan to the COR for review and approval IAW Section 5.3.1 prior to the sampling. If time is of the essence, the COR will request the contractor to forgo the sampling plan and prepare a brief memorandum (2-10 pages long) to the COR communicating the nature of the expected sampling effort and shall proceed with sampling after approval from the COR. The samples collected for laboratory analysis shall be properly packaged with chain of custody documents for shipment to an approved laboratory. The contractor shall adhere to the following procedures: C.3.3.1.1 All samples obtained shall be collected and preserved IAW the standard methods included in EPA guidance SW 846 or any other appropriate sampling technology other appropriate sampling methodologies. C.3.3.1.2 Standard glass or plastic sample containers shall be used for each sample collected. C.3.3.1.3 Quality Assurance/Quality Control duplicate samples and field and laboratory blanks shall be specified IAW standard environmental sampling protocols, or when specified by the COR. C.3.3.1.4 Field notebooks shall be maintained to document dates, times, personnel, sample locations, weather conditions, equipment notes, and field observations. C.3.3.1.5 Laboratory turnaround time is standard at 7 business days unless accelerated turnaround is requested by the COR. C.3.3.2 Sampling Summary and Evaluation. The contractor shall submit to the COR with a brief summary and evaluation of the sampling and analytical results for each of the 4 sampling events IAW Section C. 5.3.2 of the PWS. The summary, at a minimum, shall include background information including a sketch of the sampling location(s), a summary of laboratory results and their significance, applicable regulatory levels if any, appropriate recommendations, and the laboratory reports. For proposal purposes, the contractor shall assume the following: two (2) building demolition samples analyzed for lead and asbestos and two (2) soil samples analyzed for Toxic Characteristic Leaching Procedure (TCLP) metals. C.3.3.3 Laboratory Analyses Report. The contractor shall submit to the COR the laboratory analyses of waste associated with each of the 4 sampling contractor shall submit to the COR the laboratory analyses of waste associated events within 5 business days after the laboratory results are received, IAW Section C.5.3.3 of the PWS. These analytical events may include, but are not limited to: TCLP, total petroleum hydrocarbons (TPH), PCB, total metals, volatile organic carbons (VOCs), paint filter tests, etc. The Contractor shall provide cost per sampling and analysis event. The contractor shall submit the sampling and analysis report NLT 5 business days after receiving the laboratory results. The report shall contain background information and a sketch of the sampling locations, a summary of laboratory results and their significance, applicable regulatory levels if any, appropriate recommendations, and the laboratory reports. C.3.4 Groundwater and Methane Monitoring at Landfills. C.3.4.1 Quarterly Methane Monitoring. The contractor shall conduct quarterly methane monitoring of the air within the nine (9) gas points at the Phillips Army Airfield landfill and four (4) gas points at the Westwood landfill. The contractor shall adhere to the following procedures: C.3.4.1.1 GEM 2000 Gas Analyzer or equivalent as specified in the sampling plans Monitoring shall be IAW the approved APG Sampling and Analysis Plan dated August 2011. Methane concentrations shall be monitored with a Landtec. The gas analyzer shall be calibrated at the onset of each monitoring event per the manufacturers specifications using the calibration gas mixture specified in the sampling plans; 50% methane, 35% carbon dioxide and 4% oxygen. At each gas monitoring point, the following information shall be recorded: well identifier, methane concentration within each gas well, relative humidity, precipitation if any, atmospheric pressure, down hole pressure, and well/ground surface conditions around the well. C.3.4.1.2 The contractor shall record all data in a bound field notebook which shall be provided to APG upon task order completion IAW Section C5.4.1 of the PWS. The contractor shall incorporate this data into the annual groundwater and methane monitoring reports for each landfill, IAW Section C. C. 3.4.3.7. C.3.4.2 Well Elevation Monitoring. C.3.4.2.1 The contractor shall record water level elevations in each groundwater well concurrently with the quarterly methane monitoring. The contractor shall collect elevations from six (6) groundwater monitoring wells specified in the Phillips Army Airfield Sampling and Analysis Plan and five (5) groundwater monitoring wells specified in the Westwood Sampling and Analysis Plan (support documents 2.1.8 and 2.1.9, respectively). Parameters monitored shall include depth of well and depth to water both taken from the top of the casing which is the surveyed reference point. C.3.4.2.2 the data shall be recorded in a field log which shall be provided to the COR upon contract completion IAW Section C.5.4.2 of the PWS. The data shall also be included in the annual groundwater and methane monitoring reports for each landfill (IAW Section C.3.4.3.7) inclusive of groundwater elevation and direction of flow maps. C.3.4.3 Annual Groundwater Monitoring and Sampling Report C.3.4.3.1 The contractor shall conduct groundwater monitoring twice annually of six (6) PAAF wells and five (5) Westwood wells IAW the approved APG Sampling and Analysis Plan dated August 2011 for each landfill. The first samples shall be taken within 10 days after task award. The second samples shall be taken during the period from January 1, 2016 through March 31, 3016. To minimize down well disturbance, Granados low-flow pumps shall be utilized to purge the monitoring wells and to obtain groundwater samples. Stainless steel bailers may be used, per the sampling plans, for those wells that have limited access, specifically Phillips Well (PW) PW 11 and PW 12 at PAAF. C.3.4.3.2 The contractor shall coordinate with the COR, including Aberdeen Test Center (ATC) Range Control, for access to each landfill. The contractor should be aware that the October sampling time frame coincides with hunting season. The contractor shall also coordinate with the COR who will coordinate with the APG Environmental Division Natural Resources Branch to close the hunting areas around the landfills during the sampling events to insure the safety of the sampling personnel. C.3.4.3.3 The semi-annual sampling shall begin by measuring depth to water and depth of well within each well. From this data, the contractor shall calculate the volume of three casing volumes and purge the wells of this volume so as to remove stagnant water within the casing and gravel pack. The contractor shall take field measurements of pH, temperature, specific conductivity, turbidity, dissolved oxygen and oxidation reduction potential upon purge initiation and at purge completion. The contractor shall commence sampling within 24 hours, collecting the samples consistent with Table 3 of each Sampling Plan. The contractor shall collect samples in the order of greatest to least volatility as specified in section 3.6.3 of each sampling plan. Sample collection order shall be VOCs, metals (total), chemical oxygen demand (COD), hardness, nitrate, alkalinity, chloride, specific conductance, sulfate, pH, turbidity, total dissolved solids (TDS), ammonia, and gross alpha / beta / asbestos (gross alpha / beta / asbestos at Westwood only). C.3.4.3.4 The contractor shall preserve samples per Table 3 of the Sampling Plans, labeled, recorded on a chain of custody, and iced for delivery to the laboratory. The contractor shall also obtain quality control samples, including daily trip blanks, one Rinseate blank and one duplicate for every ten samples. Because there are fewer than 10 samples at each site, one Rinseate blank and one duplicate shall be randomly collected for Westwood and one for Phillips Army Airfield. The contractor shall ensure that the trip blanks prepared by the analytical laboratory from where the sample bottles originate shall accompany the sample bottles to the field and be returned to the laboratory for VOC analysis. The Rinseate blank and duplicates shall be generated in the field and shall be analyzed for all parameters contained in Table 3 of each sampling plan. C.3.4.3.5 Laboratories shall be required to meet the Maryland practical quantization limits (PQLs) for each of the analytes as shown in Appendix A of each sampling plan. All equipment that contacts the well water shall be decontaminated before being placed into the next well IAW the Sampling Plans. The contractor shall collect decontamination water, ensure that pH is neutralized to pH 5.0 - 8.0, and discharge it to the sanitary sewer. C.3.4.3.6 Reporting field activities shall be recorded in a field log book to include sample location, well identifier, time, date, sampling personnel, field parameter values. The field log shall be delivered to the COR upon contract completion IAW Section C.5.4.3 of the PWS. well depth, water depth, purge volume calculations, flow rate used to purge and sample if using a pump, purge volume removed, number, type and size of samples collected, equipment notes as needed, field observations including weather/other pertinent items, and all field parameter values. The field log shall be delivered to the COR upon task order completion IAW Section C.5.4.3 of the PWS. C.3.4.3.7 The contractor shall prepare an annual report of the sampling results inclusive of the quarterly water level gauging and methane monitoring for each landfill. The contractor shall deliver the two (2) draft reports (one for the PAAF and one for the Westwood Landfill) to the COR by December 15, 2015 for review IAW Section 5.4.3 of the PWS. The reports shall contain background information consistent with the sampling plans, a summary of the sampling methodology, discussion of any relevant observations, presentation of the quarterly methane data and groundwater elevations and interpretive discussion of the findings. In addition, groundwater contour maps including direction of flow of the groundwater shall be included in the reports. Analytical results shall be presented in tabular format as well as inclusion of the laboratory reports. Tabulation of the data shall include a time series evaluation by well showing all historical data per well as well as the current data. Historical data for wells no longer included in the sampling plan shall not be included in the report. The most recent report for each landfill will be made available to the contractor by the COR during the proposal phase, in order to develop the time series analysis. The contractor shall deliver four (4) hard copies and one (1) electronic copy of the final report for each landfill to the COR IAW Section C.5.4.3 of the PWS. C.3.5 Health and Safety (H & S) Requirements C.3.5.1 Prior to beginning any fieldwork, the Contractor shall implement a written Safety and Health Program compliant with federal, state, local laws, regulations and approved by the COR. The Contractor shall ensure that its subcontractors, suppliers and support personnel comply with the approved Site Safety and Health Plan (SSHP). The Army reserves the right to stop work under this contract for any violations of the SSHP at no additional cost to the Army. Once the Army verifies through the COR that the violation has been corrected, the stop work order will be lifted by the KO. As a minimum, the SSHP shall contain the following elements: site description and contaminant characterization, safety and health hazard(s) assessment and risk analysis, safety and health staff organization and responsibilities, site specific training and medical surveillance parameters, personal protective equipment (PPE) and decontamination facilities and procedures to be used, monitoring and sampling required, safety and health work precautions and procedures, site control measures, on-site first aid and emergency equipment, emergency response plans and contingency procedures (on-site and off-site), logs, reports, and record keeping. Training and medical screening per 29 CFR 1910.120(e) is required for work performed under this contract. C.3.5.2 Additionally, the Contractor must adhere to all DoD and DA policies, procedures, and regulations for munitions response. This includes, but is not limited to, DoD 6055.09-M, DDESB Technical Paper - 18 (TP-18); DoD Ammunition and Explosives Safety Standards; Army Regulation 385-10, Army Safety Program; Department of the Army Pamphlet (DA PAM) 385-63, Range Safety; DA PAM 385-64, Ammunition and Explosives Safety Standards and DA PAM 385-10. C.3.6 The contractor shall ensure that all deliverables are complete, prepared IAW regulatory guidelines, and meet regulatory requirements. The contractor shall submit to the COR at least two hard copies and one electronic copy of each deliverable report for regulatory submittals and office use, unless specified otherwise. All regulatory reports shall have cover letters to be signed by the government official designated by the COR. All deliverables shall be submitted at least two weeks prior to the regulatory deadline as indicated in the permits for internal coordination and reviews IAW the List of Deliverables included with this PWS. After the submittal, if a regulator believes that the deliverable did not meet the requirements, the contractor shall correct deficiencies to ensure that the deliverable is acceptable to the regulators. All deliverables, backup data, field notes, and other information gathered for performance of the work are the property of the Government. C.3.7 The contractor shall implement a document review and quality controls process to ensure the deliverables are free from errors. C.4.0 ADMINISTRATION C.4.1 General. There are adequate restroom facilities. All regulations will apply to contractor personnel. Adequate parking is available and there is no public transportation available. C.4.2 IDENTIFICATION Contractor personnel shall display a Contractor Identification badge clearly identifying them as non-Government personnel. Identification shall include at a minimum: Contractor name, employee name and picture. C.5.0 ITEMS AND DATA TO BE DELIVERED C.5.1 Kick-off Work Meeting. The contractor shall host a start of work ("Kick-Off Work") meeting at its facility within ten (10) days after task award to summarize its understanding of the tasks to be completed, ask and answer questions, and serve as a venue for all parties to make introductions. The contractor shall provide a hard copy and electronic copy of the Kick-Off Work meeting minutes to the COR not later than (NLT) forty-eight (48) hours after the Kick-Off Work meeting. C.5.2 Sewage Sludge Sampling, Analysis and Reports. C.5.2.1 Annual Sewage Sludge Generator's Report The contractor shall submit two (2) hard copies and one (1) electronic copy of the Annual Sewage Sludge Generator's Report to the COR by January 15, 2016. C.5.3 Semi-Annual Sewage Sludge Monitoring Analysis Report. The contractor shall submit two (2) hard copies and one (1) electronic copy of the Semi-Annual Sewage Sludge Monitoring Analysis Report for the monitoring period from July 1, 2015 through December 31, 2015 to the COR by February 15, 2016. The contractor shall submit two (2) hard copies and one (1) electronic copy of the Semi-Annual Sewage Sludge Monitoring Analysis Report for the monitoring period from January 1, 2016 through June 30, 2016 to the COR by August 15, 2016. C.5.3 Solid Waste Sampling and Analyses. C.5.3.1 Solid Waste Sampling Plan. The contractor shall submit one (1) hard copy and one (1) electronic copy of their Solid Waste Sampling plan to the COR for review and approval NLT fourteen (14) business days after the COR's request for sampling and at least five (5) business days before conducting any sampling. If time is limited, at the COR's request, the Contractor shall instead submit one (1) hard copy and one (1) electronic copy of a brief memorandum of the expected sampling effort to the COR for review and approval, within the same time frame listed. C.5.3.2 Sampling Summary and Evaluation. The contractor shall submit one (1) hard copy and one (1) electronic copy of a sampling summary and evaluation to the COR NLT forty-six (46) business days after the COR's request for sampling. C.5.3.3 Laboratory Analyses. The contractor shall submit one (1) hard copy and one (1) electronic copy of the sampling and analysis report to the COR NLTfive (5) business days after receiving the laboratory results of waste analysis. C.5.4 Groundwater and Methane Monitoring at Landfills. C.5.4.1 Quarterly Methane Monitoring. The contractor shall submit one (1) hard copy and one (1) electronic (scanned) copy of the field notebook containing all methane monitoring data to the COR two weeks prior to contract completion date.. The contractor shall incorporate this data into the annual groundwater and methane monitoring reports IAW C.5.4.3. C.5.4.2 Well Elevation Monitoring. The contractor shall submit one (1) hard copy and one (1) electronic (scanned) copy of the field log of well elevation monitoring data to the COR two weeks prior to contract completion date. -. The contractor shall incorporate this data into the annual groundwater and methane monitoring reports IAW C.5.4.3. C.5.4.3 Annual Groundwater Monitoring and Sampling Report. The contractor shall submit the following to the COR by the dates listed: 1) One (1) hard copy and one (1) electronic (scanned) copy of the contractor's field log of all reporting field activities two weeks prior to contract completion date. 2) One (1) hard copy and one (1) electronic copy of the draft annual report with semi-annual sampling results for the PAAF landfill and one (1) hard copy and one (1) electronic copy of the draft annual report with semi-annual sampling results for the Westwood landfill by December 15, 2015. 3) Four (4) hard copies and one (1) electronic copy of the final report for the PAAF landfill and four (4) hard copies and one (1) electronic copy of the final report for the Westwood landfill by December 15, 2015. C.6.0 TRAINING The COR or alternate COR will provide 2-hour briefing and training to the contractor personnel. The contractor will provide documentation to prove that Lab Pack Chemist and Technician have required training to meet all federal and state regulations before commencing sampling and analytical work. C.7.0 SAFETY AND SECURITY The contractor and contractor personnel shall abide all Aberdeen Proving Ground Security policies at no additional cost to the Government. Contractor personnel shall be required to obtain security badge, if needed. The Government will provide an SSB Form 1199, Application for Civilian ID Card/Security badge, and FD 258, Application Finger Print Card for each employee requiring unescorted access to complete upon contract award. C.8.0 PERSONNEL All job categories are composed of a job description and an experience requirement. Unless a college degree is specifically required, all personnel shall require high school diploma, or equivalent. 8.1 Project Manager The contractor's Project Manager shall possess a Master's of Science (MS) degree in engineering and at least ten10) years of full-time work experience in Solid Waste projects similar in size, scope and dollar value. The Project Manager oversees the management and execution of the task order IAW the approved PWS, approved work plans, and all federal, state and local regulations. The Project Manager is responsible for design concepts and personnel efforts during the project, and ensuring success of project the quality control activities and management. 8.2 Lab Pack Chemist The contractor's Lab Pack Chemist(s) shall possess a Bachelor's degree from an accredited school in an environmentally related technical field and a minimum of five (5) years of directly applicable experience. Lab Pack Chemists will be responsible for conducting and overseeing field sampling and reporting, evaluating and analyzing environmental samples, ensuring environmental regulatory compliance, developing technical documents, and supervising Lab Pack Technicians. 8.3 Lab Pack Technician Each of the contractor's Lab Pack Technicians shall possess an Associate's degree in an environmentally related technical field and a minimum of three (3) years of directly applicable experience. Lab Pack Technicians will be responsible for conducting field investigations, collecting, evaluating, and analyzing environmental samples, and assisting in the development of technical documents. 8.4 Additional Project Support Staff Additional project support staff members shall each have a Bachelor's of Science (BS) degree in engineering or other sciences and a minimum three (3) years of experience in SW projects similar in size, scope, and complexity. 9.0 PERIOD OF PERFORMANCE The period of performance for this effort is from date of award through 12 months. List of Deliverables and Due Dates Task Description Internal Due Date(s) Task 1: Kick-off Work Meeting The contractor shall host a start of work ("Kick-Off Work") meeting at its facility within ten (10) days after task award to summarize its understanding of the tasks to be completed, ask and answer questions, and serve as a venue for all parties to make introductions. The contractor shall provide a hard copy and electronic copy of the Kick-Off Work meeting minutes to the COR not later than (NLT) forty-eight (48) hours after the Kick-Off Work meeting. Within 10 Days After Contract Award; NLT 48 Hours after meeting. Subtask 2A: Annual Sewage Sludge Generator's Report The contractor shall submit two (2) hard copies and one (1) electronic copy of the Annual Sewage Sludge Generator's Report to the COR by January 15, 2016. January 15, 2016 Subtask 2B: Semi-Annual Sewage Sludge Monitoring Analysis Report The contractor shall submit two (2) hard copies and one (1) electronic copy of the Semi-Annual Sewage Sludge Monitoring Analysis Report for the monitoring period from July 1, 2015 through December 31, 2015 to the COR by February 15, 2016. The contractor shall submit two (2) hard copies and one (1) electronic copy of the Semi-Annual Sewage Sludge Monitoring Analysis Report for the monitoring period from January 1, 2016 through June 30, 2016 to the COR by August 15, 2016. February 15, 2016;: August 15, 2016 Subtask 3A: Solid Waste Sampling Plan The contractor shall submit one (1) hard copy and one (1) electronic copy of their Solid Waste Sampling plan to the COR for review and approval NLT fourteen (14) business days after the COR's request for sampling and at least five (5) business days before conducting any sampling. If time is limited, at the COR's request, the Contractor shall instead submit one (1) hard copy and one (1) electronic copy of a brief memorandum of the expected sampling effort to the COR for review and approval, within the same time frame listed. NLT fourteen (14) business days after the COR's request. Subtask 3B: Sampling Summary and Evaluation The contractor shall submit one (1) hard copy and one (1) electronic copy of a sampling summary and evaluation to the COR NLT forty-six (46) business days after the COR's request for sampling. NLT forty-six (46) business days after the COR's request Subtask 3C: Laboratory Analyses The contractor shall submit one (1) hard copy and one (1) electronic copy of the sampling and analysis report within five (5) business days after receiving the laboratory results of waste analysis. NLT five (5) business days after receiving the laboratory results. Subtask 4A: Quarterly Methane Monitoring The contractor shall submit one (1) hard copy and one (1) electronic (scanned) copy of the field notebook containing all methane monitoring data to the COR by December 15, 2016 (upon task order completion). December 15, 2015 Subtask 4B: Well Elevation Monitoring The contractor shall submit one (1) hard copy and one (1) electronic (scanned) copy of the field log of well elevation monitoring data to the COR by December 15, 2016 (upon task order completion). December 15, 2015 Quality Assurance Surveillance Plan (QASP) Purpose of a QASP This performance-based Quality Assurance Surveillance Plan (QASP) sets forth the procedures and guidance that the Contracting Officer's Representative (COR) will use in evaluating the technical performance of the Contractor in accordance with the terms and conditions of the Task Order. The QASP objective is to explain Government procedures to be used to verify that appropriate performance and quality assurance methods are used in the management of this performance-based contract. The purpose of the QASP is to assure that performance of specific activities and completion of milestones are accomplished in accordance with all requirements set forth in the Task Order. Below is a matrix that will be used to monitor this contract. Required Service COR Comments Method of Requirements Surveillance Met (Y / N) Solid Waste Sampling and Analysis COR will have meetings, discuss the requirements, document format, draft documents, and final documents to ensure all the regulatory requirements are satisfied and the final reports adheres the overall task assignment, specific work assignment, overall contract, and the contractor's QA plan. 100% Review by COR Sewage Sludge Management COR/Solid Waste Manager will have meetings to discuss scope of regulatory requirements, intended outcomes, stakeholders interest and format of the final document. The Manager will review the final document and ensure it meets all the regulatory objectives and compliance requirements. 100% Review by Solid Waste Manager/ and COR. Monthly Progress Reports COR will review every monthly progress report to ensure that costs and progress are reported accurately. 100% Review by COR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/361330b9227b97a127313fc8ed878319)
 
Place of Performance
Address: Aberdeen Proving Ground, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN03893340-W 20150920/150918235252-361330b9227b97a127313fc8ed878319 (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.