Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1999 PSA#2460

U.S. Environmental Protection Agency, 26 W. Martin Luther King Dr., Cincinnati, OH 45268

Z -- DECONTAMINATION OF A COMBUSTION RESEARCH FACILITY SOL OH-00-16 DUE 111699 POC Mike Hennessey, 513-487-2032 WEB: Office of Acquisition Management -- Cincinnati Contracts, http://www.epa.gov/oam/cinn_cmd. E-MAIL: EPA Contracts Management Division, Cincinnati, OH, hennessey.mike@epamail.epa.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is OH-00-16 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This is a total small business set-aside. The SIC is 8744 and the size standard is 500 employees. The contractor shall provide all materials, labor, and equipment to conduct a decontamination of fly ash containing metals of human health and environmental concern released during a fire at: US Environmental Protection Agency, 86 T. W. Alexander Drive, "G" High Bay, Research Triangle Park, North Carolina 27711. The facility is a combustion research facility that operates under a Resource Conservation and Recovery Act (RCRA) Research Design & Demonstration permit. As such, all materials released in the building are to be treated as RCRA hazardous waste. The areas to be decontaminated consist of an approximately 6,300 square foot (SF) first floor (25 foot ceiling height), 2,000 SF mezzanine, five combustion units, air pollution treatment units, and various support equipment. Additionally, the contractor shall visually clean and triple rinse the interior of a bag house unit (confined space entry) approximately 8 ft x 8 ft x 10 ft for decontamination prior to disposal. The contractor shall clean and decontaminate all portable sampling apparatus (approximately 6) and remove them from the work area to a nearby site designated by the EPA Project Officer. The contractor shall place the entire area under HEPA filtered negative pressure (at least 6 room air changes per hour), seal all critical barriers, construct decontamination areas complete with shower units with hot and cold running water and conduct a visual cleaning of all floor, wall, ceiling, and equipment surfaces . After the initial visual cleaning, the containment systems shall stay in place for a final, detail cleaning for which EPA will be responsible. All materials entering the facility shall be decontaminated or disposed of as suspect hazardous waste. The contractor shall contain all waste materials, including water from the decontamination unit(s), for on site waste disposal. The contractor shall provide US Department of Transportation approved Performance Oriented Packaging, not to exceed 55 gallon capacity, to contain all waste. The contractor shall establish a means of decontaminating all waste drums and remove them from the work area to a separate on site waste disposal facility. All drums shall be labeled according to RCRA and local requirements, including waste codes. Any waste analysis will be preformed by the government. Careful methods shall be employed to reduce the amount of dust generated during the decontamination process. A single fly ash sample taken directly after the fire contained: arsenic, 19.1 micrograms per gram (ug/g); Barium, 53.9 ug/g; cadmium, 828 ug/g; chromium, 237 ug/g; lead, 197 ug/g; mercury, <18.7 ug/g, selenium, <2.0 ug/g; silver, 1.41 ug/g; nickel, 130 ug/g; vanadium, 181 ug/g; copper, 110 ug/g. The contractor shall provide minimum personal protective equipment (PPE) consisting of supplied air respirators (pressure demand), full body protective disposable suits, gloves, and boots. During the decontamination, all personnel entering the work area shall be enrolled in an occupational medical surveillance program for respiratory protection from the metals encountered during the project. Personnel shall have biological monitoring by an accredited occupational health clinic during the project and result submitted in the final close out report. The PPE level may be decreased only with the approval of the EPA Project Officer. Project shall be under the technical direction of an Industrial Hygienist with experience in heavy metal clean-up and certified by the American Board of Industrial Hygiene. Each workers/supervisor shall possess the minimum training requirements: 40 Hour Hazardous Waste Operations and Emergency Response with current annual refresher; North Carolina Lead Abatement Worker or equivalent; Respiratory Protection; Hazard Communication specific to the metals encountered during the project. The contract shall submit a site specific decontamination plan and health and safety plan for approval by the EPA Project Officer. The health and safety plan shall include personnel qualifications, personnel sampling plan, and waste disposal plan. All work shall be documented, including color photographs, and submitted to as a final close out report. The decontamination contractor shall conduct personal monitoring for their employees in accordance with all Occupational Safety and Health Administration requirements. EPA will responsible for project oversight and air monitoring. Vendors qualifications will be evaluated on a pass/fail basis. Vendors must pass on all criteria in order to be considered for award. The following criteria will be used to evaluate proposals: 1) Successful completion of at least three projects of similar or greater magnitude since 1996 involving the INDOOR decontamination of heavy metals. The proposal shall include the name of each company, and a contact point for purposes of verifying acceptable performance; 2) Work experience on environmental clean-up projects: Supervisor, 5 years; workers, 3 years minimum. Proposals shall include documentation that shows all workers are medically approved to wear a respirator and have received training in the use of personal protective equipment, hazardous waste site clean up, and abatement procedures; 3) Demonstrated experience of proposed personnel with conducting environmental clean up in supplied air respiratory protection or higher level of protection; 4) Qualifications of the Industrial Hygienist that will direct the work; 5) Adequacy of the approach for performing the requirements of the statement of work. The proposal shall discuss: methods used to contain the area; methods used to clean the facility while keeping the airborne metals concentration low; and waste management procedures that will be used. Interested vendors may visit the facility on November 1 or November 3 from 9:00 A.M. to 3:00 P.M. The person to contact to arrange a visit is Richard Valentine at 919-541-4437 or by e-mail at valentine.richard@epa.gov. No questions relative to the solicitation will be answered during the site visit. All questions must be submitted in writing or via e-mail to the Contracting Officer. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.215-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; 52.212-3, Offerors Representations and Certifications shall be submitted with the proposals. Proposals shall be submitted no later than 4:00 P.M. EST on 11/16/99. All responsible sources may submit an offer which will be considered. Posted 10/19/99 (W-SN392936). (0292)

Loren Data Corp. http://www.ld.com (SYN# 0182 19991022\Z-0012.SOL)


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