|
COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144DLA, Defense National Stockpile Center, Directorate of Stockpile
Contracts, 8725 John J. Kingman Road, Suite 4616, Fort Belvoir, VA
22060-6223 S -- BUNDLING, BANDING, WEIGHING AND RELOCATING METAL MATERIALS SOL
SPO833-98-B-0181 DUE 073198 POC Point of Contact -- Wilbert C. Payne,
Contract Specialist, (703) 767-5346 WEB: DNSC HOMEPAGE,
http://www.dnsc.dla.mil. E-MAIL: wilbert_payne@hq.dla.mil,
wilbert_payne@hq.dla.mil. DEFENSE NATIONAL STOCKPILE CENTER is
soliciting Bids for bundling, banding, weighing and relocating
approximately 4,500 MT of Lead at the Somerville, NJ Depot; 24,484 MT
of Zinc at the DNSC Chambersburg, PA Depot; and 35,293 MT of Zinc at
the Voorheesville, NY Depot. Period of performance is 180 calendar
days, 270 days and 365 days respectively. This is a 100% small business
set-aside under Standard Industrial Classification (SIC) code 8999. The
small business size standard is $5 million. This is a Combined
synopsis/solicitation for Materials Handling 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. SPO833-98-B-0181 is issued as a
Invitation to Bid (IFB). The Solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-4. This is a 100% small business set-aside under Standard
Industrial Classification (SIC) code 4212. The small business size
standard is 500 employees. 1. CLIN 0001 (Lead) -- Somerville, NJ Depot
Remove approximately 4,500 metric tons of Lead from current storage,
place the bundle on a scale adding or removing ingots as may be
required to form bundles weighing approximately one metric ton (2,204
lbs); and after banding and crimping, the Contractor shall relocate the
completed bundle to open area G or H for storage, which is
approximately 500 feet from the scale. 2. The material is in the form
of ingots. (The Contractor may be required to handle each ingot in
order to build the bundles). Only one brand and type of lead will be
placed in the bundle. The Contractor shall verify that the material is
properly segregated and only one brand of lead shall be placed onto a
lift. No mixing of brands shall be allowed (the number of pieces in a
bundle will vary according to brand). After material has been weighed,
a Government representative shall mark the weight on each bundle. The
Contractor shall remove the weighed bundle and securely band the bundle
with three, 1-1/4 inch galvanized steel bands and double crimp. Bands
are to be placed in such a way as to prevent any ingots from slipping
out of the bundle. Sequence of work can be altered after the bundles
have been weighed, banded and the ingot count per bundle has been
established per brand. The daily rate of production will be 150 metric
ton bundles, weighed, banded and stored. Hours of operation at
Somerville are 0700-1600, Monday Friday, no holidays or weekends.
Contractor shall keep the scales free of ice, rain, snow, debris, and
any other foreign material that may affect scale operation and
accuracy. Contractor shall test and check weigh scales each morning and
afternoon after lunch. The Contractor shall utilize a contractor
furnished certified commercial test weight for 2,000 lbs., or an
improvised test weight approved by the Contracting Officer's
Representative (COR). The Government shall establish the tare weight
for the banding and clips. 3. The Contractor shall comply with all
safety requirements of the Occupational Safety and Health Standards (29
CFR 1910). Due to surface oxidation that occurs during long term
storage of lead, fine particles of lead and lead compounds may become
airborne during movement and handling of the lead. Therefore, the
potential exists to create occupational health problems
(ingestion/inhalation) during the movement and/or handling of the
metal. In order to protect persons moving, handling, weighing, and
banding lead from exposure to lead and its compounds, all personnel
shall wear full protective equipment at all times. Prior to
starting-up, the Contractor shall provide proof of medical
acceptability for its employees to wear respiratory protection, and a
copy of their blood lead levels to the Contracting Officer. If the
aforementioned is acceptable, the Contractor shall provide each
employee with coveralls or similar full-body protective clothing, head
coverings, and gloves. Sleeves and pant cuffs shall fit snugly around
the individual's wrists and ankles. If protective clothing is ripped
or torn, it shall be replaced immediately. If cloth coveralls are used
by personnel, maintenance and laundering of soiled clothing shall be
in accordance with 29 CFR 1910.1025. Respiratory protection in the form
of respirators with appropriate filters shall be worn by all Contractor
personnel in the work areas. The Contractor shall ensure that its
employees wear safety shoes and safety glasses or goggles. These
requirements shall remain in place until the required air monitoring is
evaluated by the Contractor and the Contractor determines that the
requirements for protective clothing and respiratory protection can be
changed. The Contractor shall provide a copy of its determination in
writing to the Contracting Officer along with the analysis results
required by this Section. The Contractor shall perform testing in
accordance with 29 CFR 1910.1025, and if the action level orpermissible
exposure limit is exceeded, the Contractor shall continue to comply
with requirements for personnel protective equipment, training, medical
surveillance, and hygiene facilities and practices. The Contractor
shall advise its personnel of the health and safety hazards associated
with the handling of lead ingots. A copy of the Material Safety Data
Sheet (MSDS) for lead shall be provided to the Contractor. Air
Monitoring a minimum of five (5) days full shift (minimum of 7 hours)
monitoring under full scale operating conditions. Sampling shall be
conducted on all designated positions. Accurate records shall be
maintained on the task and time the person being sampled performs each
task. Air sampling shall be conducted by a firm qualified to perform
air monitoring unless the Contractor has a qualified industrial
Hygienist on its staff. This sampling shall be conducted within one
week of the start up of full scale operations and results provided to
the Contracting Officer within one week after the samples are submitted
to an approved laboratory for analysis. The Contractor shall submit a
clear and concise Safety and Health Plan which clearly addresses all
pertinent requirements outlined in 29 CFR 1910.1025 before beginning
work. Additionally, the Contractor shall identify the laboratory to be
used for analysis of samples taken during the course of this contract
work. This laboratory shall be approved by the National Institute of
Standards and Technology's National Voluntary Laboratory Accreditation
Program (NVLAP). Copies of laboratory analyses of samples shall be
submitted to the Contracting Officer immediately upon receipt by the
Contractor. The Government may during the course of this contract
conduct air monitoring tests to determine levels of airborne dust and
lead which will require Contractor employees to wear air monitoring
equipment. The Contractor shall ensure cooperation of its employees for
such tests. In the event laboratory analysis of air samples taken
either by the Contractor or by the Government indicates worker exposure
to lead in excess of limits established by 29 CFR 1910.1025, the
Government reserves the right to cease operations in those areas in
order to protect workers from such exposure. Operations may not resume
until the Government determines the risk of exposure has been
adequately reduced. 4. Government shall furnish 1-1/4 inch galvanized
banding, clips for crimping, dunnage lumber, empty drums, scale,
dumpsters, and aluminum tags. The Government shall supply a
decontamination station, washing machine and dryer. The Government
shall furnish the scale for weighing, space for material handling
equipment, and dumpsters for excess debris. 5. The Contractor shall
provide all supplies, material and equipment, not provided by the
Government, that are necessary for the performance of the work,
including but not limited to: banding equipment, crimpers, and all
necessary safety materials and supplies, such as safety shoes (steel
toes), safety eyewear, full protective clothing and work gloves for
employees; portable toilet facilities, drinking water, and portable
wash stations. 6. CLIN 0002 (Zinc) Chambersburg, PA Depot -- Remove
approximately 24,484 metric tons of Zinc from current storage,
transport to a scale (a distance of approximately 200 feet), weigh,
band, crimp, and relocate to another storage area (lot 48, which is
approximately 1,000 feet from the scale). 7. CLIN 0003 (Zinc)
Voorheesville, NY Depot Remove approximately 35,293 metric tons of zinc
from current storage, transport to a scale, approximately 300 feet.
After banding and crimping, the contractor shall relocate the completed
bundle to a storage area, 300 feet from the scale, and place the
bundles on 1" X 4" hardwood dunnage lumber, supplied by the government,
in truck load lots (approximately 22 completed bundles)weigh, band,
crimp, and relocate approximately 3000 feet to another storage area. 8.
At both, Items 0002 (Chambersburg, PA) and 0003 (Voorheesville, NY),
Contractor shall remove zinc from its current blockstack storage,
segregate by brand, if required, clean slabs of any accumulated dirt
and debris, and transport to a government supplied scale and place the
bundle on a scale adding or removing slabs as may be required to form
bundles weighing approximately one metric ton (2204 lbs. Only one type
of brand and grade of zinc should be placed in a bundle. If segregation
of brand and grade by hand is required, the contractor shall manually
handle each piece prior to building zinc bundles. Stacking patterns
will vary for different brands of zinc. The Government representative
will witness the weighing and mark the weight on each bundle. The
contractor will then remove the weighed bundle and securely band the
bundle with three (3) 1-1/4 galvanized bands and double crimp. Bands
are to be placed in such a manner as to prevent any slabs from slipping
out of the bundle. Contractor shall be required to attach an embossed
aluminum truckload identification tag provided by the government, to
the last bundle in each truckload lot. After banding, the Contractor
shall treat the crimp seal with a clear lacquer or corrosion inhibiting
material to prevent rusting of the strapping material. This lacquer or
corrosion inhibiting mater shall not react with or have any
deleterious effect on the zinc. Rate of production shall be 150
complete metric ton bundles per day. Sequence of work can be altered
after bundles have been weighed and an established ingot count per
brand, per bundle has been established. The Contractor shall meld any
broken pieces into existing sub-stacks and kept segregated by grade and
brand. Broken slabs not incorporated into sub-stacks shall be placed in
drums furnished by the Government. The Government shall determine the
tare weight of the drum and after filling drums weigh the drum. The COR
shall mark the gross, tare, and net weight on the drum, as well as the
grade and brand of zinc. Contractor shall keep the scales free of ice,
rain, snow, debris, and any other foreign material that may affect
scale operation and accuracy. Contractor shall test and check weigh
scales each morning and afternoon after lunch. The Contractor shall
utilize a contractor furnished certified commercial test weight for
2,000 lbs., or an improvised test weight approved by the Contracting
Officer's Representative (COR). Government shall furnish 1-1/4 inch
galvanized banding, clips for crimping, dunnage lumber, empty drums,
scale, dumpsters, and alumunum tags. The Contractor shall provide all
supplies, material and equipment not provided by the Government that
are necessary for the performance of the work, including but not
limited to: banding equipment, corrosion inhibitor, crimpers, all
necessary safety materials and supplies such as safety shoes (steel
toe), safety glasses with side shields and work gloves for employees.
Contractor shall be responsible for furnishing all necessary utilities
that would include but not limited to electricity, portable toilets,
water and telephone. Contractor may be required to water down work
areas to reduce the airborne dust generated during banding and weighing
operations; Contractor shall supply the necessary water and hoses.
Office space and closed storage space for equipment and supplies is not
available. Hours of work at Chambersburg are Monday, 1200-1600;
Tues.-Thurs., 0700-1600; Friday, 0700-1200 : and hours of work at
Voorheesville are 0800 1500 M-Th; 0900 1500 Fridays, excluding holidays
and weekends at both depots. 9. FAR 52.212-1, Instructions to
Offerors-Commercial (APR 1998) and FAR 52.212-4, Contract Terms and
Conditions-Commercial Items (APR 1998) apply to this IFB and any
resultant acquisition. Offerors shall include a completed copy of FAR
52.212-3, Offeror Representations and Certifications-Commercial Items
(JAN 1997) with its offer. FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial items
(APR 1998) applies to this IFB and any resultant acquisition. The
following FAR clauses cited in this clause are also applicable:
52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.228-5, 52.237-1, and
52.233-9000 (DLAD). The Government contemplates making multiple firm
fixed-price awards by CLIN unit price per metric ton to the lowest,
responsible offerors. Bids may be submitted to the above address, C/O
Bid Custodian, Suite 4616 (Mail) or Suite 4528 (Hand-Delivered)
Telephonic, telegraphic or faxed bids will not be accepted. Bids must
be received by close of business 7/31/98. Questions may be submitted to
the Point of Contact named herein. Posted 07/22/98 (W-SN227106).
(0203) Loren Data Corp. http://www.ld.com (SYN# 0096 19980724\S-0001.SOL)
S - Utilities and Housekeeping Services Index Page
|
|