Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,2000 PSA#2564

General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (9TE), 1301 Clay Street, Suite 280S, Oakland, CA, 94612

D -- HAWTHORNE PILOT TREATABILITY STUDY SOL 9TER-00-PAM-0055 DUE 033100 POC Paul Martin, Contract Specialist, Phone (510) 637-3884, Fax (510) 637-3869, Email paul.martin@gsa.gov -- Paul Martin, Contract Specialist, Phone (510) 637-3884, Fax (510) 637-3869, Email paul.martin@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=9TER-00-PAM-0 055&LocID=52. E-MAIL: Paul Martin, paul.martin@gsa.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice and following the simplified acquisition procedures in FAR part 13.5. This announcement constitutes the only solicitation. This solicitation is being issued as a request for quotations (RFQ) for the client US Army Engineering District, Hawthorne Army Depot, Nevada. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-15. This procurement is for the following: Task 1: Planning Documents: Work Plan: The contractor shall propose innovative cost effective technology or technologies to study SWMU C01a/01b Treatability, and will update a previously submitted Work Plan to accommodate these technologies. The Work Plan, a public record, is available for viewing either at the Hawthorne Army Depot or at theCorps of Engineers, Sacramento District. The contractor will submit a draft version of these Work Plan changes, and will address written comments from the USACE, the HWAD, and the Nevada Division of Environmental Protection (NDEP), the lead regulatory agency, regarding their review of the draft modifications. The contractor will submit written responses to the comments with proposed changes to the draft modifications that will satisfy these comments. The Final Work Plan changes will than be submitted in accordance with the acceptably responses to the comments. The Draft and Final Work Plan modifications can be submitted as replacement pages to the original Work Plan with new covers and binder spines showing the version and the date of the document. The Work Plan shall be modified in accordance with standard Sacramento District Corps of Engineers guidance and meet the installation specific requirements as stated in previous scopes of work for Hawthorne. Safety and Health Plan: The contractor shall update the existing Site Specific Health and Safety Plan for the work to be accomplished when implementing the updated Work Plan. These updates will be submitted in the same manner (draft, comments/responses, and final) and at the same time, as the Work Plan modifications. QAPP: The Quality Assurance Project Plan (QAPP) shall be updated so that it is congruent with the updated Work Plan and the proposed innovative technologies. These updates will be submitted in the same manner (draft, comments/responses, and final) and at the same time, as the Work Plan modifications. Task 2: Risk Assessment: The contractor shall prepare a site-specific human health risk assessment to evaluate the acceptable exposure levels of lead at SWMU C01a/01b. This risk assessment will utilize the existing data from the Final Remedial Investigation Report, and will not require additional sampling and analyses. Criteria and assumptions will be presented for the pathways and receptors evaluated by the assessment. The assessment will model the most likely exposure scenarios for the on-site workers, in accordance with risk guidance from the US Environmental Protection Agency (USEPA) Region IX and the NDEP. The results of this risk will be used to support proposed _Clean-up Goals_ and _Treatment Goals_ for the Treatability study. The risk assessment may be submitted with the Work Plan modifications since the Work Plan modifications and technologies will depend on the proposed clean up and treatment goals acceptable to the NDEP. Task 3: Bench-scale Studies: The contractor shall conduct bench-scale studies of various soil stabilization techniques to assess the effectiveness of the techniques, and to estimate the likely costs needed to implement each technology. The bench-scale studies will be conducted on soils collected from SWMU C01a/01b known to contain elevated concentrations of lead. The bench-scale studies will use the same analytical methods used to evaluate the soils in comparison to the proposed clean up and treatment goals. The results of the bench-scale studies will be submitted with the Work Plan modifications to support the proposed technology for the Treatability study. Task 4: Surveying: The contractor shall survey SWMU C01a/01b using a licensed Nevada surveyor. All survey data will be collected using the NAD27 coordinate system to conform to the location surveys conducted during the previous Remedial Investigation surveys. One survey shall be conducted prior to the Work Plan modifications so that an accurate to-scale as built drawing can be submitted with the work plan. This survey will include all of the existing structures at the SWMU, all of the known underground utilities within the surveyed area, and any obstructions that may interfere with the Treatability study. A second survey will be conducted after the Work Plan modifications have been approved, which will include the clean-up and treatment goals. The purpose of the second survey shall be to clearly mark on the ground the boundaries and areas to be remediated during the Treatability study, and to establish elevations controls necessary to determine excavation volumes, in the event that soil removal is necessary. Task 5: Site Preparation: The contractor shall prepare the site at SWMU C01a/01b prior to implementing the Treatability study. The objective of the site preparation will be to remove those obstructions that will interfere with cost effectively treating the soil. The features at the SWMU that will not be removed will be the Building 102-31 and the attached loading docks and concrete slabs, the adjacent boiler house building, the railroads and paved roads, and all of the known underground utilities at the site. The modified Work Plan will specify the proposed objects to be removed during the site preparation for HWAD review and approval. All of the objects removed from the site during this task, with two exceptions, will be considered non-hazardous construction debris material and will be disposed of in the HWAD landfill under internal manifest. The two exceptions will be the any asbestos material, and any containers that appear to contain possible hazardous wastes. Task 6: Bench-scale Soil Treatment: The contractor shall conduct a bench scale soil treatment at SWMU C01a/01b by implementing the selected innovative soil stabilization treatments on small-scale plots. This bench scale soil treatment will be conducted in accordance with the approved Work Plan, Site-specific Health Safety Plan, and QAPP. Samples will be collected and analyzed to assess if the technologies can be technically and economically implemented on a pilot-scale treatment. Operations conducted during this task will be coordinated with HWAD for necessary resources, but will minimize the impact to the operations at the base. Task 7: Pilot-scale Soil Treatment: The contractor shall conduct the pilot scale soil treatment at SWMU C01a/01b by implementing the selected innovative soil stabilization treatment based on the results of the bench scale Soil Treatment. The treatment will be conducted in accordance with the approvedWork Plan, Site-specific Health Safety Plan, and QAPP. Samples will be collected and analyzed to assess the technological effectiveness of the pilot scale treatment, and the consistency of the implementation. Cost will be tracked to assess the cost effectiveness of the pilot scale treatment. Operations conducted during this task will be coordinated with HWAD for necessary resources, but will minimize the impact to the operations at the base. Task 8: Site Restoration: The contractor shall restore SWMU C01a/01b to the condition prior to initiation of the studies. All structures at the SWMU will be left after the pilot scale treatment in like condition as before the treatment. Any areas where soil was excavated and removed will be backfilled with native soil from the borrow area at HWAD. Because the treatment will remove all of the existing vegetation, a surface stabilization will be applied over all of the disturbed areas to reduce wind blown dust until the area naturally vegetation recovers over this area. The areas between Building 102-31 and the access road will be returned to original or better condition after completion of the study. Repaving the entire area has been evaluated to be more economical than recreating the street, parking, planter, landscape, (etc) areas that now exist. The sub-grade in these areas will be compacted according to Corps of Engineers Guidance Specifications. Areas that will be used for heavy truck traffic adjacent to the loading docks will be paved with concrete and reinforced with rebar to meet common load specifications of heavy truck traffic. Other adjacent areas that will be used for foot and automobile traffic will be paved with asphalt according to the appropriate specifications. Both the asphalt and concrete areas will be planned to facilitate drainage away from the building and to be appropriate with the drainage pattern in the vicinity. A set of plans and specifications for this paving upgrade will be submitted as an Appendix to the Work Plan as part of the Work Plan updatesusing the Corp of Engineers Guide Specifications. Task 9: Treatability Study Report: A Draft and Final Treatability Study Report shall be prepared based on all of the treatment-related studies performed at SWMU C01a/01b. This report shall be submitted in the same manner (draft, comments/responses, and final), as the Planning Document modifications in Task 1. The draft reports shall be submitted on CD disks for review. These disks will be returned to the contractor with the comments from the reviewer. The contractor will address the comments, make appropriate corrections to the report based on the comments, and submit the final report on a CD disk. One hard copy of the final report in a three ring binder shall be submitted to each reviewing agency for their library, and one additional hard copy of the report shall be submitted to the HWAD for their public library repository. Period of Performance: ARO to 420 days. Evaluation is based on best value including past performance, ability to meet service requirements and cost. Provide two past performance projects similar in scope to work requirement posted here. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Quotes shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Potential awardee shall be required to register in IT Solutions Shop at it-solutions.gsa.gov. for post-award process. Quotes are due by 4:00 PM PDT, March 31, 2000, and shall be submitted by email to paul.martin@gsa.gov. Inquiries regarding the solicitation will only be accepted via email to Posted 03/22/00 (D-SN437296). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0030 20000324\D-0006.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page