Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1999 PSA#2369

US 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