Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2021 SAM #7225
SOLICITATION NOTICE

P -- Brush Creek & Big Bar Hazmat Clean Up & Removal Project

Notice Date
9/10/2021 8:09:03 AM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
USDA-FS, CSA SOUTHWEST 1 Albuquerque NM 871023498 USA
 
ZIP Code
871023498
 
Solicitation Number
127EAY21Q0081
 
Response Due
9/21/2021 10:00:00 AM
 
Archive Date
10/06/2021
 
Point of Contact
Rebecca Wilcox
 
E-Mail Address
rebecca.wilcox@usda.gov
(rebecca.wilcox@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 Due to forest closures the process for site visit has been amended and is as follows: To view the site please contact Alax Parker via email at alax.parker@usda.gov Provide the following: Company name Contact Information, and name of whomever is leading the site visit Date you plan to do a site visit Evacuation and communication in plan in place After submittal of the information a permit will issued to you for signature of both parties. Brush Creek and Big Bar Hazardous Material and Debris Removal 1.0 Scope of Work The goal of this project is to remove all ash, debris and contaminated soil as described in the technical requirements below at the Plumas National Forest Brush Creek Work Center and Big Bar Repeater Site. 2.0 Background On September 8th, 2020 the North Complex Fire traveled through the Brush Creek Work Center located at 12815 Oro Quincy Hwy, Berry Creek, California with high intensity. All but three buildings located at the Work Center were destroyed, including items not classified as buildings. Standard Phase 1 Hazardous Material removal was completed in February 2021 and a final report is included as Attachment B for reference. The Big Bar radio vault (placed in 1986) at the Big Bar Lookout tower was completely burned over in 2018 in the Camp Fire.� Contained within the vault were 12 lead acid batteries.� The batteries melted and the contents spilled throughout the vault and spilled into the surrounding soil, the vault itself is contaminated throughout.� There is no Phase 1 Hazardous Material report for the Repeater Vault site.� 3.0 Technical Requirements / Tasks Remove and dispose of ash and debris (includes contaminated soil) generated as a result of the North Complex and Camp Fire.� Efforts to recycle as much debris as possible shall be undertaken during this option.� This option includes but is not limited to: Site Assessment and Documentation:� Establish clean up goals and identify and remove any asbestos-containing materials/hazardous materials that were inadvertently overlooked during Phase 1. Ash, Debris and Contaminated Soil Removal and Disposal at Brush Creek:� The contractor shall be responsible for removal, transport, and proper disposal of all burnt debris, ash, and contaminated soil located at the Brush Creek Work Center.� Burnt debris includes, but is not limited to destroyed vehicles, CMU, fireplace chimneys, misc. drums, roofing and electrical panels associated with each building.� The stone/concrete grill located adjacent to Building 1316 and the fireplace of 2040 and 1044 are not to be removed or destroyed. Only the forklift shall be removed from the boneyard.� A site map with building numbers and additional details can be found in Attachment A.� �Items that can be recycled (e.g., concrete, metal, appliances etc.) shall be recycled.� After the ash and debris has been removed from the property to a level of visually clean, the contractor shall remove an additional 3 to 6 inches of soil from the impacted area. Demolition and Removal of Building Foundation: 5402-2040: Remove debris within the foundation and surrounding area and cap any utilities tied into foundation. Chimney and foundation shall not be removed or damaged. � 5402-1040: Remove debris within the foundation and surrounding area and cap any utilities tied into foundation. Foundation to be filled in with engineered and consolidated fill to ground level. 5402-1044: Demolition and removal of perimeter foundation and porch steps, cap any utilities tied into foundation. Chimney shall not be removed or damaged. 5402-1316: Remove debris within the foundation and surrounding area and cap any utilities tied into foundation. CMU block foundation and adjacent sidewalk shall not be removed or damaged in the debris disposal process.� 5402-2140: Demolition, and removal of concrete foundation and structure, cap any utilities tied through foundation. Soil under foundation shall also be removed to create a natural slope. 5402-2340: Demolition and removal of concrete foundation, structures, and entrance steps, cap any utilities tied through foundation 5402-2369: Demolition and removal of perimeter concrete foundation, cap any utilities tied through foundation. Surrounding asphalt shall not be removed. 5402-2640: Demolition and removal of concrete foundation, cap any utilities tied through foundation Debris and Contaminated Soil Removal and Disposal at the Big Bar Repeater Site:� Contained within the vault were 12 lead acid batteries.� The batteries melted and the contents spilled throughout the vault and spilled into the surrounding soil.� The contaminated soil is estimated to be less than 1 cubic yard of material.� The vault is contaminated throughout.� The vault sits on a concrete slab.� There is a small amount of acid on the concrete.� In addition to removing the vault and the contaminated soil, the contractor shall abate the acid mixture from the concrete and salvage the concrete to the greatest extent possible. Confirmation Sampling:� Ash and soil located at the site is contaminated with heavy metals, dioxins, benzene, polychlorinated biphenyls in various locations.� Collect soil samples from a depth of 0 to 3 inches for confirmation sampling.� Results must be at or below residential cleanup goals established for the debris removal phase.� The lower of the residential regulatory screening levels established by EPA or DTSC shall be used.� If the background concentration is higher than the screening level, the background level will be the cleanup goal. �� Erosion Control Measures: Implement and maintain adequate erosion control measures at the end of the debris removal process using Best Management Practices. Final Inspection to Insure Clean Up Goals Obtained: The Forest Service will inspect the site to ensure that all work has been completed as specified. Asbestos Abatement: Asbestos discovered during demolition that is friable or may become friable must be removed from the structures prior to demolition. Demolition work shall be discontinued if asbestos is encountered. Underground Storage Tanks: The Contracting Officer shall be notified of any Underground Storage Tanks discovered during performance of the work identified in this Statement of Work. The Contracting Officer will provide further instructions on how to proceed. 4.0 Site Location and Access:� No site visit will be planned for this project. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award Site #1: Brush Creek Work Center Physical Address: 12815 Oro Quincy Hwy, Berry Creek, CA 95916 Driving Instructions: From Oroville: Take Oro Quicny Hwy 162 for approximately 23 miles and the workstation will be on your left From Quincy (not open during winter): Head West on Bucks Lake Rd, for approximately 37 miles and workstation will be on the right Site Access: Site is accessed through a locked Forest Service Gate and access through will be coordinated with COR or site contact. The Brush Creek WS is still an active facility, but activities are confined to the standing structures and will not impact the contractors perfomance to complete the scope of work. Any hazard tree removal still ongoing when contractor arrives on site will be coordinated with COR or site contact. Site is accessible in the winter (~November-April), but there may be weather and snow present. Site #2: Big Bar Repeater Site ����������� Location: Lat/Long 39.777420, -121.427880 Driving Instructions: From Oroville via 162: Take Oro Quincy Hwy 162 for approximately 33 miles and turn left near the Four Trees Warming Hut onto Forest Service Road 23N28. Continue on 23N28 for approximately 8 miles and turn right onto the Big Bar Mountain Spur. Repeater site is approximately � mile up the road. From Oroville via 70: Take Highway 70 for approximately 25 miles and turn right onto Four Trees Road (Note: this road has a gate that requires a Forest Service personnel to open and close). Continue on Four Trees Road for approximately 6 miles. Turn right onto 23N28 for approximately 3 miles, then turn right onto the Big Bar Mountain Spur.� Repeater site is approximately � mile up the road. Site Access: Site is accessed along Forest Service Roads. The last portion of the road is natural surface and steeper.� Road is not accessible during during the winter until the snow melts (~October-May) PERIOD OF PERFORMANCE: October 1, 2021 through February 28, 2022 5.0 Fees:� The Contractor shall, without expense to the Government, pay all Federal, State, County and Municipal fees and permits applicable to the performance of the work. 6.0 Permits: The Contractor shall obtain all special permits and licenses and give all notices required for the performance and completion of the abatement/demolition and removal work, hauling, and disposal of debris. Demolition of structures covered under this Statement of Work may also require a permit from Cal/OSHA if the structure to be demolished is higher than three stories or 36 feet, or the demolition work would require a 5 feet or deeper excavation into which a person needs to descend. To prevent delays in the accomplishing the work identified in this Statement of Work, the Contractor shall review the list of structures to be demolished and identify structures requiring both permits. The Contractor is responsible for obtaining all permits and requesting permit extensions. 7.0. Notifications and Inspections: The Contractor shall be responsible for completing all notifications required to perform the activities covered in this Statement of Work. The Contractor shall be responsible for scheduling all required inspections within the timeframe specified to prevent delays in accomplishing the activities covered in this Statement of Work. Schedule of Work:��� Contractor shall coordinate a site visit with the technical contact to the site prior to commencement of work. Contractor can work 7 days a week from the hours of 5am to 5pm, unless coordinated with the site contact otherwise. 8.0 Use of Government Facilities: Equipment Storage: Contractor may temporarily store equipment and vehicles at the project site at locations designated by the Contracting Officer.� However, the Government will not be responsible for any damage caused to the Contractor's property. Restrooms: Contractor is responsible for providing their own temporary restrooms and handwashing facilities as required. Site Operations: In no case shall the Contractor or his work interfere with normal or emergency operations at the project site. (The Contractor shall not block access to active facilities at any time). 9.0 Deliverables/Schedule:��� Work Plan Project Specific work plans shall be submitted for Forest Service review and approval after award of the Contract. All workplans shall include a wet ink signature and seal by one or more of the following California Registered professionals who have a minimum of five years� experience in the environmental field: ������� Registered Geologist, ������� Certified Engineering Geologist, ������� Professional Engineer, ������� Certified Hydro Geologist. A site-specific health and safety plan that includes air monitoring must be developed and submitted prior to conducting any field work.� The health and safety plan must be signed by the Contractor�s Health and Safety Manager.� The health and safety plan must be updated throughout the project to reflect new site conditions. The Work Plan shall include, but is not limited to, the following: A listing of personnel, including subcontractor(s), working on the project. Training, certification, and licensing requirements for personnel performing abatement and demolition. Qualifications and experience of personnel and subcontractors including the registered civil engineer that will be overseeing the work to be performed. Documentation of Hazardous Waste Operations Training, Asbestos and Lead-Based Paint Certification for on-site personnel as well as license and registration for personnel involved in transporting hazardous waste generated by activities covered under this contract. Detailed description of how the demolition and abatement of hazardous materials (if required) activities will be performed. Drawings of all structures to be demolished that includes a facility layout map identifying facility walls; entrances/exists, floor drains and sewer drains etc. Site map. Pertinent landmarks/structures on-site or in the immediate vicinity including wells, storm drains.� Scale, north arrow and legend. Name and address of site and date of work plan. Identification marking system that will be used to identify the system and whether or not the system or component is approved for removal. Sampling (Location of sampling points and explanation/rationale. Methods and procedures for collecting samples. Sample analytical methods including which samples will be analyzed, QA/QC, name of the certified lab and chain of custody). Quality Assurance and Quality Control Plan Equipment decontamination procedures. Waste storage and disposal methods. Site Specific Safety & Health Plan. Site Specific Emergency Response Plan. Site Specific Field Sampling Plan (FSP). The Contractor shall maximize the use of field characterization technologies such as field-portable x-ray fluorescence equipment. Procedures for protecting soils and vegetation during demolition and excavation. Specific exclusions/assumptions regarding the specific work to be performed. List of equipment to be used on the project. List of supplies to be provided. Permit and notification requirements. Utility abandonment requirements. Storm water pollution prevention plan and measures. Dust control. Debris Management Plan A hazardous material/waste management plan, which includes waste identification protocol, an explanation for reuse/disposal chosen, identification of the selected recycling facility or TSD facility. Documentation and certification of the facility�s ability to accept hazardous materials/wastes shall be provided as an attachment to the work plan. Backfill and compaction of depressions caused by excavation, demolition, or removal Final Grading Plan Project Work Schedule. Detailed cost estimate of work to be performed. Sampling and Analysis Plan (SAP): If required, the SAP shall include a Field Sampling Plan and a Quality Assurance Project Plan. The Field Sampling Plan shall detail the sampling and data-gathering methods that will be used on the project. The Field Sampling Plan shall, at a minimum, include sampling objectives, sample location and frequency, sampling equipment and procedures and sampling handling and analysis. The Quality Assurance Project Plan shall, at a minimum, describe the quality assurance and quality control protocols used. Final Report: The Contractor(s) shall provide the Government with electronic copies of the draft final report for review and comment.� Upon approval from the Forest Service, the contractor shall submit a final report signed by the registered geologist or professional engineer responsible for the work, as required by the State of California.� The final report shall include, but is not limited to, the following: Detailed description and documentation of work performed. Figures documenting location of work performed. Hazardous material identification. Sampling and analytical data. Hazardous materials and contaminated media (soil, water) volumes and quantities. Destination and method of reuse, recycling, or disposal of all waste/contaminated material, including rationale for the selected disposition of said material. The name, address and EPA or State Identification Number of the site shall be included in this section of the report. Method of packaging of material/waste to comply with the requirements of this statement of work and to comply with Federal and State requirements for transportation and disposal. This includes the method of transport and name, address, and EPA-Identification Number of all transporters. �Itemized costs for handling, transport, and disposal. Copies of all signed manifests, land disposal restriction forms, waste profile sheets, laboratory test results, etc. Schedule: Item No. Deliverable Objective Due 1 Proposed Schedule Demonstrate project timeline to Government At time of bid submission 2 Proposed Project Workplan Define the responsibilities, timeline, milestones of contract objectives No later than five (5) business days after contract award Final Workplan� Within 5 days of receipt of Forest Service Comments Draft Final Report Within 15 days following completion of site work. 3 Final Report Document required deliverables (manifests etc.) to the Government Within 10 days of receipt of Forest Service Comments 10.0 General Contract Clauses and Provisions: Underground Utilities and Other Underground Improvements: Underground utilities and other underground improvements exist at the site.� The Contractor shall call 811 for the free utility location service.� If a utility or other underground improvement is damaged, the Contractor shall notify the Contracting Officer and the owner of the utility immediately. Utility disconnect(s) shall be performed in conformance with the policies and procedures of the serving utility company(ies). The Applicant shall maintain all certificates of compliance associated with utility company(ies) disconnects. These releases shall state that their respective service connections and appropriate equipment have been removed, sealed and/or plugged in a safe manner. The Contractor shall take all reasonable precautions to protect the utilities or other underground improvements where the locations have been designated.� If a utility or other underground improvement is damaged, the Contractor shall repair the damage to the satisfaction of the Contracting Officer or the owner at the Contractor's expense.� All repairs necessary shall be made immediately unless directed otherwise in writing by the Contracting Officer. Applicable Codes and Regulations:� The Contractor shall comply with all applicable Federal, State, interstate and local laws, environmental regulations, and requirements. This includes, but is not limited to, compliance with the National Contingency Plan (NCP), the Resource Conservation and Recovery Act (RCRA); the Comprehensive Environmental Restoration Compensation and Liability Act (CERCLA), 40 CFR Chapter 1, the California Health and Safety Code; California Code of Regulations Title 22, Division 4.5; California Code of Regulations Title 24, Part 2; the Butte County Air Quality Management District, the Central Valley Regional Water Quality Control Board, and the Butte County of Environmental Health.� The duty of the Contractor to comply with all current applicable laws, regulations and requirements takes precedence over any other duty or task described herein. Therefore, if subsequent legislation or regulations conflict with prescribed procedures contained in this contract, said changes shall take precedence. All work submitted and performed by the Contractor may be subject to the review and approval of EPA and/or the appropriate State regulatory agency. Therefore, it is the responsibility of the Contractor to contact the appropriate regulatory agency(s) to determine their requirements for each individual project. The Contractor will be responsible for submitting reports to regulatory agencies unless other arrangements are approved by the Contracting Officer�s Representative (COR). It is the Contractor�s responsibility to find out from the regulatory agency(s) which guidance materials are current and applicable. The Contractor shall, without additional expense to the Forest Service, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and local laws, codes, and regulations in connection with the execution of the work. This includes ensuring project related hazardous or toxic wastes are sent to licensed, permitted, and approved disposal sites. The Forest Service will obtain, as necessary, the required temporary EPA Identification Number for site cleanup activities. All work shall comply with the applicable requirements of federal (29 CFR) and state (Title 8 CCR) OSHA. All work shall comply with applicable state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent shall apply. Contractor Qualifications and Licenses: Contractor must possess the certification listed below. All required certifications must be current at time of contract award. This list is not all inclusive and is subject to change as new Federal, State, and local laws and regulations are implemented and existing Federal, State and local laws are revised. Contractor must be certified by the Board under Business and Professions Code Section 7058.5. Business and Professions Code Section 7180 et seq. requires any individual performing asbestos consulting activities in California to be certified by Cal / OSHA�s Asbestos Consultant Certification Unit Contractor must be California trained and certified to perform work involving lead base paint outlined in this contract. California's lead accreditation and certification program began in June 1994. At that time, new childhood lead poisoning prevention legislation (Title 17, California Code of Regulations, Section 35001 et seq.) required the California Department of Health Services (DHS) to create a program to certify lead-related construction tradespeople and accredit lead-related construction training providers. Final regulations establishing this program took effect April 5, 1995. Contractors transporting hazardous waste must be registered. Statutory requirements governing hazardous waste transportation in California are contained in Division 20, Chapter 6.5, Article 6.5, Article 6.6, and Article 13 of the California Health and Safety Code (Health & Safety Code). Regulations adopted pursuant to these statutes are found in, Division 4.5, Chapter 13, and Chapter 29 of the California Code of Regulations, Title 22. (CCR 22). These requirements require any person who transports hazardous waste in a vehicle to have a valid registration issued by DTSC in his or her possession while transporting the hazardous waste. Contractor shall maintain current 40-hour HAZWOPER certification. Contractors shall possess a current A or C-21 class license issued by the State of California. Health and Safety: The Contractor shall perform all operations in a prudent, conscientious, safe, and professional manner. At a minimum, the Contractor�s personnel and equipment shall comply with applicable Federal, state, and local laws, safety and health regulations and procedures, as well as Forest Service regulations, rules, and procedures. The Contractor shall ensure that its agents, employees, and subcontractors perform in a safe manner. The Contractor shall ensure that all personnel involved in handling hazardous materials/waste and conducting emergency response and site cleanup activities are trained in the level of expertise required for the proper performance of the work activities. The Contractor shall erect and maintain temporary bracing, shoring, fences, warning lights, barricades, signs, and other measures as necessary to protect the public, workers, and adjoining property from damage from demolition work, all in accordance with applicable codes and regulations. Open depressions and excavations occurring as part of this work shall be barricaded and posted with warning lights. Laboratory Qualifications and Requirements: �The Contractor may be required to use laboratory facilities for analysis of unknown hazardous materials that were missed during the prior hazardous material abatement project. The analytical laboratory chosen by the Contractor(s) to perform analysis shall be a State of California Certified Laboratory; and certified to perform the required analytical method at the time the tests are conducted. Contractor Caused Spills and Releases: The Contractor is solely responsible for any and all spills or leaks and subsequent clean up that may be required during the performance of this contract which occur as a result of or are contributed to by the actions of its agents, employees, or subcontractors. The Contractor agrees to clean up such spills or leaks to the satisfaction of the Forest Service and in a manner that complies with applicable Federal, state, and local laws and regulations. The cleanup shall be at no cost to the Forest Service. The contractor shall provide spill response materials including, but not limited to, containers, shovels and personal protective equipment.� Spill response materials shall be when hazardous materials and hazardous wastes are being handled or transported.� Spill response materials shall be compatible with the type of material being handled or transported. The contractor shall report all such spills or leaks, regardless of their quantity, to the Forest Service immediately upon discovery. A written follow-up report shall be submitted to the Forest Service no later than 24 hours after the initial telephonic report. The written report shall be in narrative form and as a minimum include the following: Description of the item spilled (including identity, quantity, manifest no., etc). Whether amount spilled is EPA/state reportable, and if so whether it was reported, and to whom. Exact time and location of spill including a description of the area involved. Containment procedures initiated. Summary of any communications contractor has with press, Federal, state, and local regulatory agencies and officials, or Forest Service officials. Upon completion of the clean-up activities for contractor caused spills and releases, the contractor shall submit a final clean-up certification report to the Forest Service. The report shall include a description of clean-up procedures employed at the site, the final disposition and disposal location of spill residue. Include also copies of all spill related cleanup and closure documentation and correspondence from the regulatory agencies. Material/Waste Segregation: The Contractor is responsible for ensuring that all newly discovered hazardous materials and non-hazardous materials and wastes generated during activities undertaken pursuant to this contract are segregated to minimize the volume of hazardous wastes.� The Contractor shall comply with Butte County demolition projects requirements and must recycle, reuse, or donate 65% of all materials, including 90% of inerts (concrete, asphalt, dirt, etc.).� Excavated soils, trees, stumps, rocks, and vegetable that are not contaminated must be recycled or reused.� The Contractor is responsible for preparing any Debris Management Plans that may be required by Butte County. Containers must be marked so that they are readily identified. In addition, the Contractor must ensure that there is a clear audit trail for all items until the final recycling or treatment/disposal is accomplished. All recycled materials generating a refund or salvage at the recyclers are expected to provide cost savings and thereby reduce disposal fees. This reduction should be reflected in the demolition bid items for that building. The Contractor is responsible for maintaining a daily log of all construction and demolition debris that leaves the site. The log and receipts must contain the weight of the debris the facility accepted and whether the material was disposed in a landfill or recycled. The log must be available on-site during abatement and demolition activities. Material/Waste Management on National Forest Lands. The Contractor(s) is responsible for ensuring that all materials and wastes generated during the activities of this contract are managed in compliance with Federal, state, and local environmental laws and regulations. This includes ensuring that all excavated contaminated soils are immediately placed into appropriate containers upon excavation and not stored directly on the ground.�� In those instances where contaminated soil stockpiling is necessary, soils shall be placed on a liner for containment purposes. The Contractor(s) is responsible for ensuring that all containers of hazardous waste generated under the activities of this contract are removed from National Forest lands within 90 days of generation. The Contractor shall dispose of removed materials, waste, trash, and debris in a safe, acceptable manner, in accordance with applicable laws and ordinances and as prescribed by authorities having jurisdiction. Burying of trash and debris on the site will not be permitted. Burning of trash and debris at the site will not be permitted. The Contractor shall remove trash and debris from the site at frequent intervals so that their presence will not delay the progress of the work or cause hazardous conditions for workers or the environment. Removed materials, trash, and debris shall become the property of the Contractor and shall be removed from the Forests� property and disposed of in a legal manner. Location of disposal site and length of haul shall be the Contractor's responsibility. Packaging and Container Marking: The contractor shall package, mark, label and load all items in such a manner that all applicable Federal, state, and local EPA and DOT regulations are met. Packaging, shipping names, marking, labeling, placarding, etc., under the terms of this contract will be in accordance with 49 CFR and 40 CFR. All hazardous waste containers shall be labeled in accordance with the requirements of 40 CFR Part 262, Subpart C, Part 264, Subpart I and Part 265, Subpart I and California CCR, Title 22, Division 4.5. If items must be repackaged for proper shipment the contractor shall perform such repackaging and furnish all required materials. When repackaging is necessary, the contractor shall be responsible for disposal of the original container and placarding in a manner that complies with all applicable federal, state, and local EPA and DOT regulations. The Contractor shall also provide and affix the appropriate placards to each vehicle prior to leaving specific project sites. The Contractor shall ensure that all containers used for the packaging and repackaging of hazardous wastes are compatible with the materials they will hold. The Contractor is also responsible for ensuring that the containers they provide for the management of wastes comply with the requirements of 40 and 49 CFR and applicable state and local regulations. If the Contractor elects to package compatible items in the same container, then the contractor must provide an all-inclusive packing list showing each item and its respective quantity. This list shall be placed outside the outermost container. A copy of the packing list must be attached to the manifest. The Contractor is responsible for ensuring that all contaminated media (soil, water, etc.) are placed into the appropriate containers in compliance with applicable Federal and State environmental laws and regulations. Manifesting: �A uniform hazardous waste manifest is required for the removal of regulated hazardous wastes from National Forest Lands under this contract.� Manifests and land disposal restriction notifications will be prepared by the Contractor in accordance with 40 CFR Part 262 Subpart B, Part 263 Subpart B, Part 264 Subpart E, Part 265 Subpart E and Part 268 as well as California CCR, Title 22, Division 4.5. A Forest Service representative shall sign the manifests as the generator. The Contractor shall review all manifests for completeness and accuracy prior to presenting them to the Forest Service for si...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36eb0a7a683c4a8aa0215fe1e05236f9/view)
 
Place of Performance
Address: Berry Creek, CA 95916, USA
Zip Code: 95916
Country: USA
 
Record
SN06128798-F 20210912/210910230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.