Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1997 PSA#1919

37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253

Z -- ASBESTOS ABATEMENT AND GROUND CONSTRUCTION DEBRIS HAUL-OFF SOL F4163697Q1897 DUE 091097 POC A1C Ricky L. Morrow 1. This is a combined synopsis/solicitation for commercial services prepared in accordance to 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. This solicitation F41636-97-Q1897 is issued as a request for quotation. Offerors will quote the abatement CLIN 0001 as a "lump sum" and CLIN 0002 based on "per cubic yard." This procurement is issued utilizing the size standard in FAR 19 under Standard Industrial Code 8744. 2. Offerors will be quoting on the following: CLIN 0001 Complete Abatement of Bldg 9016 IAW with the Statement of Need included hereunder. CLIN 0002 Transportation and disposal of an estimated 7,110 cubic yards of ground construction from IAW with the Statement of Need included hereunder. A separate Notice To Proceed will be issued for each CLIN. The Notice To Proceed of CLIN 0001 will be issued within 30 days of contract award. The Notice to Proceed of CLIN 0002 will be issued within 90 calendar days after the final acceptance and completion of CLIN 0001. The performance period for both CLINS will be 120 calendar days total 3. Services, Non-Personal: STATEMENT OF NEED The Statement of Need (SON) for Building 9016 Lackland AFB, Texas. Remove, exterior siding, floor tile, vinyl sheet, water pipe insulation and water pipe fittings insulation, asbestos fire brick under jacket, canvas-like material, black tar on seams of duct insulation, ceiling mastic on wood-fiber ceiling tile, wall & ceiling " paper board panels wall & ceiling flue transite and properly dispose all asbestos material. This will be accomplished in strict accordance with all applicable Federal, State, and Local regulations, standards and codes governing asbestos abatement and any other trade work accomplished in conjunction with the abatement. The grinding of the building will be performed by the government. The contractor shall be responsible for loading, transporting and properly dispose of ground building debris contaminated with lead-based paint. The ground building debris, contaminate with lead-based paint, shall be manifested as special waste in a type 1/1AB or TNRCC approved type 4 Municipal Solid Waste landfill or a TNRCC approved landfill. 4. Compliance Requirements. The contractor shall comply with all federal, state, and local regulatory agency requirements, environmental statutes, policies, and regulations: 5. Submittals and Notices -- Project Submittals. Contractor shall submit to the Contracting Officer prior to commencement of work: Work Plan: The contractor shall submit a work plan for all phases of work specified in this contract. To include a site specific Investigation Derived Wastes Management Plan (IDWMP) for incorporation into the Work Plan The contractor shall prepare an abbreviated site specific Health and Safety Plan (HSP) for incorporation into the work plan. The HSP may be an addendum to an existing HSP for Lackland AFB. The contractor shall have a site specific sample plan (SP) for incorporation into the work plan. The site-specific SP shall specify sample locations, number of samples, sample types and sampling procedures as required. The Asbestos Removal Firm shall submit a certified/notarized copy of their Texas Department of Health License. Abatement projects involving greater than 260 linear feet of pipe insulation or 160 square feet of sprayed, trowelled or otherwise applied material or covering or composing building structures or components, send written notification in accordance with 40 CFR Part 61, to the appropriate State or Federal air pollution control agency responsible for the enforcement of the National Emission Standard for Hazardous Air Pollutants at least ten (10) days prior to the commencement of an on-site asbestos abatement and all related abatement activities. Submit proof to the Contracting Officer that required permits, site location and arrangements for transport and disposal of asbestos containing waste materials have been made. Obtain and submit a copy of handling procedures and list of protective equipment utilized for asbestos disposal at the landfill, signed by the landfill Owner. Submit documentation to the Contracting Officer that the Contractor's employees responsible for abatement activities have received adequate training. Submit documentation from a physician that all company employees or agents have received medical monitoring as required in OSHA 29 CFR 1910.1001 (j). The Contractor must be aware of and provide information to the examining physician about unusual conditions in the workplace environment (e.g. high temperatures, humidity, chemical contaminants) that may impact on the employee's ability to perform work activities. Submit to the Government, shop drawings for layout and construction of decontamination enclosure systems and barriers for isolation of the work area as detailed in this specification and required by applicable regulations. Submit manufacturer's certification that HEPA vacuums, negative pressure ventilation units and other local exhaust ventilation equipment. Conform to ANSI 29.2-79 When rental equipment is to be used in abatement areas or to transport asbestos contaminated waste, a written notification concerning intended use of the rental equipment must be provided to the rental agency with a copy submitted to the Government. Submit document NIOSH approvals for all respiratory protective devices utilized on site. Include manufacturer certification of HEPA filtration capabilities for all cartridges and filters. This may be obtained through the NIOSH "List of Certified Equipment", the manufacturer, or local OSHA office. Submit documentation of respirator fit-testing for all Contractor employees and agents who must enter the work area. This fit-testing shall be in accordance with qualitative or quantitative procedures as detailed in the OSHA Standard 29 CFR 1926.58. Submit for approval an emergency plan developed prior to abatement initiation for approval by the Government. Submit for review and approval a list to include, but not limited to, the following. Employees who will participate in the project, including delineation of experience, training, and assigned responsibilities during the project. Decontamination procedures for personnel, work area and equipment. Abatement methods and procedures to be utilized Required air monitoring procedures Procedures for handling and disposing of waste materials. Procedures for final decontamination and cleanup. Procedures for dealing with heat stress. Submit for review each Friday, of the week, job progress reports detailing abatement activities. Include review of progress with respect to the progress schedule, major problems and action taken, injury reports, equipment break down, bulk material and air sampling results conducted by Contractor's Air Sampling Professional. Submit copies of all transport manifests(to be signed by a Civil Engineer Environmental Flight Representative) trip tickets and disposal receipts for all asbestos waste materials removed from the work area during the abatement process. Submit for review, each Friday of the week, the copies of worksite entry logbooks with information on worker and visitor access. Submit for review, each Friday of the week, the daily logs documenting filter changes on respirators, HEPA vacuums, negative pressure ventilation units, and other engineering controls. Submit for review, each Friday of the week, the results of bulk material analysis and air sampling data collected during the course of the abatement including OSHA, compliance air monitoring results. Submit for review, each Friday of the week, the results of materials testing conducted during the abatement for purposes of utilization during abatement activities (e.g. testing of encapsulant for depth of penetration, testing of substitute materials for adherence to encapsulated surfaces). Submit for approval, each Friday of the week and post in the clean room area of the worker decontamination enclosure, a list containing the names, addresses, and telephone numbers of the Contractor, the Contracting Officer representatives, the Asbestos Project Officer, the General Superintendent, the Air Sampling Professionals, the testing laboratory and any other certified personnel who may be required access during abatement activities 6. Specific Requirements The contractor shall be responsible for any State or Federal removal fees and will provide the Contracting Officer with a copy of the notice and fee forms. The contractor shall be responsible for properly fill out the Texas Department of Health Demolition/Renovation Notification Form and will also act as the 37th CES representative and sign the signature block for the building owner/operator and shall be responsible for all aspects of the notification form, including, but not limiting, content and submission dates. The contractor will provide 37th CES/CEV with a copy of the notification form before sending it to the Texas Department of Health for review and approval. A SITE VISIT IS SCHEDULED FOR 03 Sep 97 AT 1000hrs(10:00 A.M.) CONTRACTORS ARE TO BE AT 37TH CONTRACTING SQUADRON, 1655 SELFRIDGE LAFB TX 78263 (BLDG 5450) AT THE SCHEDULED TIME. 7. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-47. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this solicitation. Specifically, the following Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; 52.222-41 Service Contract Act of 1965 as Amended; 52.222-8, Payrolls & Basic Records. The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside applies to this solicitation. The clause at FAR 52.232-33 Mandatory Information For Electronic Funds Transfer Payment applies to this solicitation. 8. Wage Decision: Pursuant to The Service Contract Act, as amended, Wage Determination No: 94-2521, Dated; 96 August 14, will apply to the solicitation/contract contemplated hereby. 9. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representation and Certification-Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. Award will be based on the lowest priced quotation from a responsible contractor in accordance with FAR 9.104-1. Quotes shall be submitted in writing or faxed to the point of contact indicated above. The fax number is (210) 671-3179. Quotes are required no later than 1630hrs CST(4:30P.M.)10 Sep 97. All responsible sources may submit an offer, which, if timely received will be considered by this agency. (0237)

Loren Data Corp. http://www.ld.com (SYN# 0136 19970828\Z-0004.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page