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