|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1999 PSA#2369US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville,
TN 37202 S -- AIR MONITORING SUPPORT FOR ASBESTOS ABATEMENT OPERATIONS AT FORT
CAMPBELL, KENTUCKY SOL DACA62-99-Q-0039 DUE 062599 POC Kristal R.
Jones, Contract Specialist, (615) 736-7276; Peggy E. Owen, Contracting
Officer, (615) 736-5679 E-MAIL: Kristal.R.Jones@usace.army.mil,
Kristal.R.Jones@usace.army.mil. This is a combined
synopsis/solicitation for Commercial Items prepared in accordance with
the format in FAR subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only Request for Quote (RFQ) that will be issued; quotations are being
requested and a written RFQ will not be issued. This request is issued
under RFQ DACA62-99-Q-0039. 1. BACKGROUND. The Fort Campbell In-House
Asbestos Abatement Team depends upon air monitoring support for
abatement operations. Air monitoring is required during asbestos
abatement to access worker protection and to ensure the installation
stays in compliance with applicable regulations and guidance, and that
workers and building occupants are protected. 2. OBJECTIVE. To provide
comprehensive technical assistance and management support for the
Asbestos program for Fort Campbell. 3. REQUIREMENTS. The contractor, as
an independent contractor and not as an agent of the government, shall
provide the personnel, material, equipment, and any other necessary
Industrial Hygiene (I.H.) resources. Specifically, the contractor shall
be required to provide all necessary and appropriate personal
protective equipment and air monitoring equipment necessary for
contractor personnel to perform the tasks described in this scope of
work. The person conducting the work items must be an experienced
professional with expertise in asbestos and be highly proficient in air
monitoring sampling and evaluations. The contractor must stay familiar
with current asbestos monitoring and policy and be NIOSH 582
certified. The contractor will develop a Quality Control Plan (QCP) and
submit it to the Nashville District. 4. TASKS. Provide the required air
monitoring and Industrial Hygiene oversight for asbestos abatement
activities undertaken by the Fort Campbell In House Abatement Team.
Perform air monitoring/testing as required during abatement work to
establish background levels. All sampling, analysis, and interpretation
of results shall be reported in an Air Monitoring Report for the
project. I. H. services projects will be conducted in accordance with
the following criteria: 4.1 Background air samples shall be collected
in each work area prior to the start of asbestos activities. Samples
shall be collected, prepared, and analyzed in accordance with NIOSH
method 7400 for Phase Contrast Microscopy(PCM) analysis, or NIOSH
method 7402 for Transmission Electron Microscopy(TEM) analysis, as
requested by the government. The PCM analysis report shall indicate
fiber concentration present in the air sampled, and the number of
fibers and fields counted. The contractor shall conduct PCM analysis
"on site," such that results can be made available to the Fort Campbell
Asbestos Abatement Team on a real time basis. 4.2 Area Sampling and
Analysis shall be provided to determine asbestos fiber counts outside
each asbestos abatement area for the purpose of demonstrating that
asbestos abatement containment methods are effective, or if they are
ineffective, for immediate implementation of remedial actions. Samples
shall be collected and results reported as specified in paragraph 4.1
4.3 Personal monitoring shall include air sampling and analysis to
support the evaluation of abatement worker exposure to asbestos during
abatement activities. Both Time Weighed Average (TWA) and Short Term
Exposure Limit(STEL) will be required. Samples shall be collected,
prepared, and analyzed in accordance with CFR 1910.1001, 29 CFR
1926.58, and 40 CFR 763.121. Sample analysis shall be by PCM method as
described in paragraph 4.1. Personal air samples shall be collected
for approximately 25 per cent of the asbestos abatement crew. Eight
hour TWA and STEL samples will be collected for determining compliance
with OSHA regulations. Daily, each crew will be monitored in both the
morning and afternoon. This includes TWA samples, STEL area samples,
and one blank sample. Provide a written daily summary of fiber counts
and sample locations to the Asbestos Abatement Team Chief. TWA and STEL
results shallbe provided to the Team Chief within two hours of taking
the samples. 4.4 Clearance air samples shall be collected after an
abatement project has been completed, documenting that the airborne
asbestos fiber concentration is less than 0.01 fibers per cubic
centimeter of air (f/cc) prior to the Fort Campbell In House Asbestos
Abatement Team releasing control of the area. At the discretion of the
Installation Asbestos Program Manager or the In House Abatement Team
Chief, the air monitor may be requested to collect up to a maximum of
five (5) clearance samples for TEM analysis. TEM samples will be
shipped to arrive the next morning at the laboratory and shall be
analyzed that day. TEM samples shall be analyzed and reported in
accordance with EPA Asbestos Hazard Emergency Response Act (AHERA)
method. 4.5 Collect and analyze all area and personal air samples.
Analysis shall be conducted on site. The contractor shall provide for
Quality Assurance/Quality Control (QA/QC), to include having
approximately ten (10) percent of all samples collected analyzed
offsite by an accredited laboratory. 4.6 Prepare a brief summary report
for each building for which I.H. Services are provided, to include the
following information: Brief summary of abatement project, Description
of Air Monitoring methodology employed, including equipment,
procedures, and types of air samples taken (i.e., Personal, STEL, and
Outside Area). Lab report showing all sample analysis results (fiber
concentrations). 5. GOVERNMENT FURNISHED EQUIPMENT AND INFOPMATION. The
government will furnish information describing the content and format
for each report specified in this scope of work, office space and
communication support, general office support and telephone access at
Fort Campbell. Computer and printing equipment and resources, and air
monitoring equipment and supplies will be provided by the contractor.
6. REFERENCES. The asbestos program on Fort Campbell is governed by the
applicable state and federal laws and regulations, and also by Army
Regulation 200-1 and Fort Campbell Asbestos Management Plan. 7. POINTS
OF CONTACT. Fort Campbell will provide any technical assistance on the
project's description, location, maps, etc. The Fort Campbell point of
contact is Mr. Russell Godsave, Directorate of Public Works,
Environmental Division, ATTN: AFZB-PW-E C, Building 2182, 131/2 Street,
Fort Campbell, KY 42223 5130, telephone number (502) 798-9597. The
Corps will provide contract administration and provide other
administrative assistance. The Corps point of contact is Mr. Bud Greek,
Corps of Engineers, Nashville District, 110 Ninth Avenue North, P. 0.
Box 1070, Nashville, TN 37202 1070, telephone (615) 736 2167. Invoices
should be submitted to Mr. Greek at the above address on Eng Form 93(1
Mar 78). 8. DELIVERABLES. Brief summary report for each abatement
project in which I.H. services are provided (Section 4.6). 9. SCHEDULE.
Work will begin on or about 01 July 1999. Work will be completed by 30
Jun 2000. The solicitation document and incorporated provisions and
clauses are those in effect through the Federal Acquisition Circular
Number 97-11, 04 March 1999. The following FAR clauses apply to this
acquisition: 52.212-1, Instructions to Offerors Commercial Items;
52.212 4, Contract Terms and Conditions Commercial Items; 52.212 5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items; 52.222-21, Prohibition of Segregated
Facilities; 52.222 26, Equal Opportunity; 52.222 35, Affirmative
Actions for Special Disabled and Vietnam Era Veterans; 52.222 36,
Affirmative Action for Handicapped Workers; and 52.222 37, Employment
Reports on Special Disabled Veterans and Veterans of the Vietnam Era;
and DFAR clause 252.204 7004, Central Contractor Register. These
clauses can be found in full text at http://www.ARNet.gov/far. All
quotations must include the following bid schedule: Air Monitoring
Support for Asbestos Abatement 0001 Daily rate including 245 DY @ ___
= $_______ taking six (6) PCM samples, on-site testing and written
report of each test 8 hours/day X hourly rate = DAILY RATE 0002
Additional PCM samples 8 EA @ ___ = $_______ and analysis (QUANTITY IS
ESTIMATED) 0003 TEM testing and analysis 10 EA @ ___ = $_______ with
24 hour turnaround (QUANTITY IS ESTIMATED) Quotations in response to
this synopsis/Request for Quotation are due no later than 4:15 p.m.
Central Standard Time on 25 June 1999. Quotations should include
solicitation number, company name, address, telephone number and point
of contact. Representations and certifications under FAR clause
52.212-3, Offeror Representations and Certifications-Commercial Items
must be included with quotations. This acquisition is unrestricted. The
Standard Industrial Classification Code is 8999. The business size
standard is average annual receipts of $5 million. Responses to this
announcement must be in writing and should be faxed to (615) 736 7124,
or e mailed to: Kristal.R.Jones@usace.army.mil. If time permits, your
offer may be mailed to: U.S. Army Corps of Engineers, ATTN:
CELRN-CT/Kristal R. Jones, P.O. Box 1070, Nashville, TN 37202 1070
(envelope must be marked in the bottom left hand corner with: RFQ
DACA62 99-Q 0039). All offerors must be registered in the Central
Contract Register in order to be awarded a Government contract or to be
paid on any newly awarded Government Contract. Posted 06/15/99
(W-SN342933). (0166) Loren Data Corp. http://www.ld.com (SYN# 0087 19990617\S-0002.SOL)
S - Utilities and Housekeeping Services Index Page
|
|