Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625

U.S. Department of Energy, Western Area Power Administration, P.O. Box 6457, (615 S. 43rd Ave.), Phoenix, AZ 85005

P -- DISPOSAL OF WOOD POWERLINE STRUCTURES SOL De-RQ65-00WG54116 DUE 070500 POC Frances Gates 602-352-2502 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 solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DE-RQ65-00WG54116 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. A fixed price contract will be awarded using Simplified Acquisition Procedures. This procurement is 100% reserved for small business concerns. The standard industrial code is 4953 and the business size standard is $6.0 Million or less. Requirements are as follows: STATEMENT OF WORK DISPOSAL OF WOOD POWERLINE STRUCTURES AND ASSOCIATED HARDWARE Parker-Gila 161-kV Transmission Line (str. no. 56/1 to 74/6) 1.0 General The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Customer Service Region requires the disposal of wood powerline structures and associated hardware. All wood structure components are treated with pentachlorophenol, creosote, or other toxic wood preservatives and may need to be treated as hazardous waste. In addition, all wood poles are treated with pesticides and fungicides. The Contractor shall accept title of, and assume all responsibility and liability for these treated wood products, in an as is condition with all existing faults. Structure components shall be loaded and hauled away from various locations along the Parker-Gila 161-kV Transmission Line (section between structure number 56/1 and 74/6). 1.1 Requirement: Dispose of wood poles/wood x-braces/wood crossarms, structure grounding materials, structure assembly hardware, pole bands, OGW armor rod, OGW and conductor hardware (shackles, strain clamps, suspension shoes, etc.) and all other associated powerline structure materials. Parker-Gila 161-kV Transmission Line (str. no. 56/1 to 74/6) 1. 4 individual wood poles 2. 120 complete wood H-frame powerline structures 1.2 Period of Performance The period of performance for this contract shall be from November 1, 2000 to May 31, 2001. Wood structure components/hardware shall be removed from the powerline right-of-way on a monthly basis. Environmental monitoring (cultural or biological) may be required in some locations. All removal work must be coordinated through Alison Jarrett @ (602) 352-2434 or John Holt @ (602) 352-2592. Unless otherwise arranged, removal work in areas requiring an Environmental Monitor must be performed on Tuesdays, Wednesdays, and Thursdays between the hours of 7:00 a.m. and 3:30 p.m. 1.3 Hazardous Materials: All wood components requiring disposal are treated with toxic wood preservative chemicals and may require special handling. Wood poles are treated with pesticides and fungicides. Items shall be recycled, scrapped, or otherwise disposed of in accordance with applicable EPA, Federal, State, County, and Local regulations. 2.0 Professional Service: 2.1 The term professional service is used to define a Contractor with at least five (5) years experience in the disposal of chemically treated wood poles, x-braces, and crossarms. The Contractor shall be properly licensed and possess all required EPA, Federal, State, County, and Local permits. 3.0 Contractor Employees: 3.1 The Contractor shall provide sufficient resources and labor to perform the tasks required at all times. Each employee must be able to receive and respond to simple instructions in the English language. The Contractor will provide an on-site supervisor. Employees under the age of fifteen (15) years of age are not permitted to work on Government property. 4.0 Work performed by Government Forces: 4.1 Existing wood structures will be removed/replaced by Government Forces between September 2000 and May, 2001. In general, Government forces will remove and partially disassemble the existing structures and place the various wood and metal hardware components adjacent to the structures original location. Materials from environmentally sensitive structure sites will be placed nearby (but not immediately adjacent to) the original structure locations. 4.2 The Government will cut the wood structures into smaller pieces during disassembly (most of the pole butts will be cut off a few feet above ground and left buried). 5.0 Work Performed by the Contractor: 5.1 The Contractor shall be responsible for loading and transportation of all materials. All work (including set-up of staging areas) shall be performed within the 100 foot wide powerline right-of-way. An Environmental Monitor (provided by the Government) may be required to accompany the Contractor during certain portions of the work. The monitor will check the areas under and nearby the structure materials before authorizing the Contractor to begin work. Monitoring is to ensure that cultural resources are not disturbed and that no harm or injury occurs to wildlife. Removal of structure materials in certain sections of the powerline may need to be done during specific timeframes (i.e., during January and February to coincide with the desert tortoise's hibernation period). 5.2 The Contractor shall be responsible for the environmentally safe disposal of all materials. Buried pole butts shall be completely excavated, removed, and disposed of. Excavated pole holes shall be backfilled and compacted. 5.3 The Contractor shall pick up and leave clean all laydown areas. 6.0 Safety: 6.1 In performing the work required by this contract, the Contractor shall comply with all applicable Federal, State, or Local safety, health, or industrial safety codes including the latest effective standards promulgated by the Secretary of Labor for the Department of Labor and Health Administration, Safety and Health Standards (29 CFR 1910) and the Construction Safety and Health regulations promulgated under Section 107 of the Contract Work Hours and Safety Standards Act (29 CFR 1926). If there is a conflict between the requirements of the applicable Federal, State,or Local safety, health, or industrial safety codes, the more stringent requirements shall prevail. The United States is liable only for negligence on the part of its employees in accordance with the Federal Government Claims Act, as amended. Prior to start of work, an onsite safety meeting shall be held with Western's representative to address and discuss safety procedures related to the work required. The following FAR clauses/provisions are applicable to this acquisition. FAR Clause/Provisions, 52.203-3, Gratuities, 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 (incorporating FAR 52.222-3, Convict Labor; 52.233-3, Protest After Award, 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31U.S.C 3332), 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.), 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment, (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)), 52.232-22, Limitation of Funds (notification period is changed to 30 days). Offerors responding to this announcement must provide the information contained in 52.212-1, Instructions to Offerors Commercial Items and must include a completed copy of provisions 52.212-3, Offeror Representations and Certifications Commercial Items. The offeror must also provide it's, Contractor Establishment code (DUNS Number) and Tax Identification Number (TIN). The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government considering price and price-related factors: Technical Specification compliance, past performance, and price. Technical specification compliance and past performance are equal, and when taken together are significantly more important than price. At least 3 references are required for past performance. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The written proposals and the above, required, information must be received at this office on or before July 07, 2000 by 12:00PM Mountain Savings Time. Point of contact for information regarding this requirement is Mrs. Frances Gates, 602-352-2502, FAX 602-352-2483. Faxed responses are acceptable. All responsible sources may submit a proposal, which will be considered by the agency. Posted 06/16/00 (W-SN465638). (0168)

Loren Data Corp. http://www.ld.com (SYN# 0042 20000620\P-0001.SOL)


P - Salvage Services Index Page