|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1997 PSA#191937th 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
|
|