|
COMMERCE BUSINESS DAILY ISSUE OF september 25,1995 PSA#1438Contracting Officer, U.S. Coast Guard, Civil Engineering Unit Oakland,
2000 Embarcadero, Suite 200, Oakland, CA 94606-5337 X -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR HAZARDOUS
WASTE PICKUP AND DISPOSAL SERVICES FOR COAST GUARD SHORE FACILITIES IN
CA, NV, OR, WA, AND MT POC Contracting Officer, Pamela M. Boscovich
510/535-7278. Hazardous waste pickup and disposal services are
required, including packaging, manifest, loading for transport, and
disposal and transportation, in accordance with all applicable local,
state, and federal laws and regulations. Services to be performed
including waste paint; waste paint related material; waste flammable
liquid, n.o.s.; non-hazardous used oil; waste combustible liquid,
n.o.s.; waste oxidizing substance, solid, n.o.s.; hazardous waste,
solid, n.o.s. (grease); waste battery, dry, containing potassium
hydroxide solid (emergency strobe light, mercury batteries); non-RCRA
hazardous waste, solid, zinc-containing batteries; waste lithium
batteries, solid cathode; waste battery fluid, acid; waste nitric acid,
40% or less; waste phosphoric acid; waste Nalcool engine coolant;
hazardous waste solid, n.o.s. (spend sand blast); waste halogenated
irritating liquids, n.o.s.; waste environmentally hazardous substances,
liquid, n.o.s. (Mercury); asbestos; non-RCRA hazardous waste, solid
(soil containing petroleum hydrocarbons); non-RCRA hazardous waste,
solid (waste petroleum distillate filters); non-RCRA hazardous waste,
liquid, ethylene or propylene glycol mixture; waste battery, wet,
filled with alkali - Air-depolarized primary batteries; waste battery,
dry, containing potassium hydroxide solid; waste battery fluid,
alkali; waste acid, pH-2; 55-gallon metal drum spec IA 1/Y and/or 1A
2/Y; 55-gallon poly drum spec 1A 1/Y and/or 1A 2/Y; and 30-gallon poly
drum spec 1A 1/Y and/or 1A 2/Y. Services will be provided on an
as-needed basis under a one-year indefinite delivery/indefinite
quantity contract plus one option year, having the following funding
limitations: (1) The total contract dollar amount per year is estimated
at $200,000.00 for each contract and (2) No individual delivery order
shall exceed $100,000.00. It is anticipated that two contracts may be
awarded from this announcement; one for sites in California and Nevada
and one for sites in Oregon, Washington, and Montana. The firm must
demonstrate its and each key consultant's qualifications with respect
to the established evaluation factors as stated herein. Evaluation
factors (1) through (5) are most critical and of equal importance;
factors (6) through (9) are essential and of equal importance; factors
(10) and (11) are highly desirable but of lesser importance, but will
be used to assist in the selection, especially should one or more
firms be essentially equally qualified for Factors (1) through (9).
Specific evaluation factors are: (1) Specialized experience,
professional qualifications & technical competence in the type of work
required. (2) Licenses and permits, (3) Profile acquisition,
modification and on-site modification: Evaluation will be made on (a)
ability to rapidly acquire new profiles and (b) ability to modify
existing profiles. (4) Manifest preparation: Evaluation will be made on
the ability to prepare transportation documents when necessary to
facilitate the execution of a hazardous waste pickup. (5) Customer
assistance: Evaluation will be made in terms of assistance to Coast
Guard units regarding all aspects of hazardous waste management from
waste accumulation to final disposition. (6) Cumulative waste data
tracking: Evaluation will be made on ability to provide a historical
summary of services rendered through the performance period of the
contract. The information shall be retrievable by generator site (EPA
ID number). (7) Compliance staff: Evaluation will be made in terms of
(a) quality control of TSDF paperwork and (b) compliance with changing
regulations. (8) On-time service record: Evaluation will be made on
(a) previous experience with on-time delivery for multiple generator
contracts and (b) effective communication with multiple generators. (9)
Pack, transport, and dispose. Recycling and reuse which is considered
to be the preferred disposition of hazardous waste. Destruction is
available as a secondary option. Landfill and deep well injection are
the least preferred method of disposal and may be used only with the
explicit permission of the Coast Guard. The selected contract will
nominate TSDFs for the performance of this contract at later stages of
the negotiation process. The Coast Guard will not approve a California
disposal facility for any waste generated outside the state of
California. (10) Communication with vehicles underway: Evaluation will
be made on ability to communicate with vehicles while they are
executing a delivery order. (11) Container tracking: Evaluation will be
made on ability to track individual hazardous waste containers at any
point through the process. Through narrative discussion, show reason
why the firm submitting this response believes it is especially
qualified to undertake the project. All selection criteria listed above
must be clearly addressed in your response. Firms desiring
consideration must submit their response to this office by 4:00 p.m. on
25 October 1995. Pursuant to the Small Business Competitiveness
Demonstration Program, this procurement is open to all firms regardless
of size. The applicable SIC code is 4953. The Small Business size
standard is $6.0 million. This is not a Request for Proposal. (263) Loren Data Corp. http://www.ld.com (SYN# 0119 19950922\X-0001.SOL)
X - Lease or Rental of Facilities Index Page
|
|