Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5, 2001 PSA #2865
SOLICITATIONS

S -- STORAGE AND WAREHOUSE MANAGEMENT SERVICES

Notice Date
June 1, 2001
Contracting Office
Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001
ZIP Code
27909-5001
Solicitation Number
DTCG38-01-R-S90001
Response Due
June 20, 2001
Point of Contact
Mr. Peter Thomas, Contract Specialist, (252) 335-6643/6772 or Mr. Gus Holzmiller, Contracting Officer, (252) 335-6436
Description
This is a combined synopsis/solicitation for commercial services 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 number DTCG38-01-R-S90001 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. U.S. Coast Guard Aircraft Repair & Supply Center, Elizabeth City, NC, intends to competitively procure services from a 100% Small Business set-aside to perform storage and warehouse operations to merge all hazardous materials base wide into a single point distribution center, that will encompass procurement, storage and issue functions for the five co-located commands on the Elizabeth City Coast Guard Complex. In keeping with the provisions of Executive Order Number 12856 (Federal Compliance with Right-to-Know Laws and Pollution Prevention Requirements) and E.O. No. 13101 (The Greening of the Government), a requirement exists to merge all hazardous materials procurement, storage and issue functions for the five co-located commands on the Elizabeth City Coast Guard Complex. The multi-command center for hazardous materials management will be referred to as the HAZMART. Digital management of data from the HAZMART will be provided through the use of the Hazardous Substance Management System (HSMS) and will be done in full compliance with federal, state and local environmental laws and regulations. The HAZMART concept establishes a single control point and provides accountability for the requisitioning, receipt, storage, issue, reissue and usage of all hazardous materials that enter the complex. The HAZMART will also serve as the initial turn-in location for all hazardous wastes generated on the facility. The Elizabeth City Coast Guard Complex operates under several major environmental permits including a Synthetic Minor Air Permit and a Resource Conservation and Recovery Act (RCRA) Part B Hazardous Waste Management Permit. Environmental reporting mandated under these permits is extensive and is a vital component of environmental compliance under all environmental permits. Elizabeth City Coast Guard commands have historically had difficulty achieving control over the acquisition, issuance and usage accountability of hazardous materials. Multiple procurement vehicles and redundant ordering of hazardous materials by the various commands has resulted in increased costs and an oversupply of hazardous materials in inventory. This has resulted in an increased risk of exposure to our workforce, an increased risk of a hazardous material release and increased generation of hazardous waste from hazardous materials that expire on the shelf. These factors in addition to required compliance with stringent EPA and OSHA regulations for hazardous materials and hazardous waste and several recent Executive Orders on pollution prevention mandate the need for implementation of the HAZMART concept at the Elizabeth City Coast Guard Complex. The Government shall provide building space, office furniture, a vehicle to provide limited hazardous materials pickup and delivery services, a BobcatTM tractor, a computer and networked access to the Hazardous Substance Management System (HSMS) to meet data management and reporting requirements. Building space shall provide adequate capabilities for HAZMART Operations. Shelving and cabinets required for hazardous materials storage will also be provided. The contractor shall provide quality and timely HAZMART management and services in accordance with the following regulations and references: Title 29 CFR Part 1910, Occupational Safety and Health Standards, Emergency Planning and Community Right-to-Know Act (EPCRA);Title 40 CFR 240-259, Solid Wastes Title 40 CFR 260-266, Hazardous Waste and Recycling Management Title 40 CFR 271-273, Hazardous Waste Programs Title 40 CFR 279, Standards for Management of Used Oil Title 40 CFR 300-374, Superfund, Emergency Planning and Community Right-to-Know Programs Executive Order 12856, Federal Compliance with Right-to-Know Laws and Pollution Prevention Requirements Executive Order 12873, Hazardous Material Pollution Prevention Executive Order 13101, The Greening of the Government Federal Documents are available from: National Technical Information Service, U.S. Department of Commerce, 5285 Port Royal Road, Springfield, VA 22161, Tel: (707) 487-4650, http://www.nist.gov/itl/div897/pubs/by-num.htm The contractor shall provide a minimum of three (3) experienced individuals for the performance of this contract. The leader position will also have computer skills to include Oracle data base management, Crystal Reports programming, and the ability to solve hardware/ software conflicts to ensure downtime is kept to a minimum. At least one of these individuals shall have a clerical background with significant skills and experience in materials ordering, data management and material inventory. Good computer skills in Microsoft Word, Excel, Access, and Crystal Reports is mandatory. The duties of the third individual will be the daily dispensing of chemicals at the chemical issue center, weekly and emergency deliveries to other satellite cells. Work schedules and leave will be adjusted by the contractor to ensure that at least two employees are on duty at all times while the HAZMART is open during normal operating hours. The contractor will be responsible for daily operation of the HAZMART. Standard hours of operation will be 0645 to 1615, Monday through Friday. Oversight of the HAZMART will be the responsibility of the Environmental Compliance Division (ECD), which will provide the contracting officer's technical representative (COTR). Quality of work will be defined as strict adherence to the noted regulations and references. In addition, quality management will include the effective and efficient operation of the HAZMART. The contractor will organize and operate the HAZMART with such efficiency that no authorized chemical issue center customer will be required to wait more than 5 minutes for a requested material. In the event of a weather-related closure or delayed opening at one or more commands at the Elizabeth City Coast Guard Complex, the contractor will be directed by the Support Center Environmental Compliance Division (ECD) COTR on whether to close or delay the opening of the HAZMART. A plant shut down at one or more commands for any reason will in no way impact the operating hours of the HAZMART unless so directed by the ECD. There will be occasions when the HAZMART will be required to operate after regular work hours and over weekends. During these times the contractor will be required to provide only one qualified person for operation of the HAZMART. The contractor shall perform all travel necessary to meet the requirements of this contract. All travel must be approved in writing by the COTR before departure. Travel costs will be reimbursed in accordance with the Federal Joint Travel Regulations. Upon invoicing for a travel claim, the contractor shall provide "original" receipts, i.e., lodging, rental car, parking/toll, airline, and etc. The Coast Guard reserves the right to waive any specification. Training required under 40 CFR 264.16 will be provided to a minimum of three contracted employees by the Support Center Environmental Compliance Division prior to the official opening of the HAZMART. For Coast Guard ground support equipment the Government will provide necessary training and licenses. The contractor will ensure that the employee primarily responsible for data entry at the HAZMART has been properly trained in the use of HSMS software and is competent to use HSMS for all electronic data entry and retrieval functions. Training must be completed at least one week prior to the opening of the HAZMART. The remaining two employees must complete a course in the use of HSMS within three months of the opening of the HAZMART. (Note: The Department of Defense owns HSMS and provides free training at various times and locations throughout the country. Training is also provided through outside vendors for compensation. The contractor will be responsible for costs associated with the training.) The contractor will be responsible for the original set-up of the HAZMART. This will include partial or complete transfer to the HAZMART of hazardous materials from the 5 current hazardous materials issuing cells (Air Station Blg 55, Support Center Bldg 98, ATTC Bldg 4, ARSC Bldg 87 and Boat Station Bldg 53) and stocking of these materials along with new inventory in accordance with Occupational Safety and Health Administration (OSHA) and other relevant regulations. Transfer, stocking and inventory of hazardous material must be completed at least 10 business days prior to the opening of the HAZMART. The contractor will maintain data accountability and provide primary HAZMART support for the Support Center, the Aviation Technical Training Center (ATTC), the Boat Station and the following shops at ARSC: Engine, Engine Test Cell, Transmission, Machine, Upholstery, Battery, Paint, Stripping and all other shops that are determined by ARSC to be best served at the HAZMART location. The contractor will also maintain data accountability and support over all satellite HAZMART cells. It is anticipated that two (2) satellite cells will be maintained at ARSC and one (1) cell at the Air Station. The contractor will provide complete data management for hazardous materials inventory, issuance, usage, etc. through the use of the Hazardous Substance Management System (HSMS). The contractor will be proficient in the use of HSMS. The contractor will procure and install upgrades of the HSMS program within 60 business days of its release and ensure that their personnel and Coast Guard personnel working in the satellite cells are trained and competent in the use of the upgraded software. The contractor will be responsible to ensure required changes are implemented in the software if identified as a Coast Guard requirement. Since environmental and other reporting requirements are subject to change, the contractor will be required to provide programming for up to 10 additional reports per year. The contractor will load all required information from Material Safety Data Sheets (MSDS) into the HSMS system. This will include all materials used at ATTC, Support Center, Boat Station, Air Station, and ARSC. This task must be completed no later than 30 calendar days prior to the opening of the HAZMART. The contractor will be required to maintain proper operation of the HSMS program. If any software/hardware problems arise, the contractor will be responsible for immediately resolving the problems so that the impact to HAZMART customers is minimized. The contractor will be responsible for resolving any inventory and issuance discrepancies of hazardous materials issued from the HAZMART or to the satellite cells. The contractor will maintain a "high/low" system for stocking and ordering of necessary hazardous materials. No more than a 60-day supply of any hazardous material will be ordered without the approval of the ECD. In addition, the contractor will organize all materials in the inventory to ensure that items with the closest expiration date to the actual date are used first. The contractor shall prepare all procurement requests for hazardous materials in accordance with Coast Guard regulations. The Support Center Comptroller Division will be responsible for procurement of all hazardous materials. An Authorized Product List (APL) will be provided to the contractor by the ECD for items that may be reordered without specific approval. Procurement requests for new items or for items not on the APL will be routed through ECD for review and approval prior to forwarding to the Support Center Comptroller Division for ordering. Each command will provide the contractor with an Authorized User List (AUL). The AUL will contain the names of individuals at each command who are authorized to check out hazardous materials from the HAZMART. The list will link the individual to a pre-established industrial process number on the facility. The AUL will be updated by the command whenever a personnel change occurs that affects the list. The contractor will not provide any inventory item to an individual who is not on the AUL. The contractor will receive all hazardous material requisitions for the upcoming week from the Support Center, ATTC, the Boat Station and the satellite cells at ARSC and the Air Station. Requisitioned materials will be prepared in advance for delivery and/or pickup. Proper labeling and bar coding of all materials entering the HAZMART will be performed by the contractor. In addition, the contractor will routinely be required to decant from bulk containers to smaller containers and ensure that proper labels and bar coding are placed on the decanted materials. The contractor will provide delivery services to the satellite cells and/or to other required locations on the facility on the first workday of each week. Circumstances may arise where the contractor is required to deliver hazardous materials more than once during a given week. The contractor shall receive, inventory, process, package, label and arrange for disposition all hazardous materials turned in to the HAZMART as excess, out-of-date or unknown materials. Sampling for determination of content of unknown products will be taken by the contractor and forwarded to ECD for processing. The contractor shall be responsible for receiving all hazardous waste turned in from the commands. The contractor shall review all required paperwork that accompanies the waste for accuracy and completeness. Hazardous waste will not be accepted by the contractor unless all accompanying information is accurate and complete. The contractor will not be responsible for transfer of hazardous waste to the Support Center's permitted Hazardous Waste Storage Compound. All services under this contract must be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses or certifications required by law. The contractor shall comply with all Elizabeth City Coast Guard Complex regulations and instructions. In addition, the contractor shall comply with all Federal, State, and local laws, rules and regulations relevant to the operation of the HAZMART including provisions regarding the management of hazardous materials and hazardous waste promulgated by the U.S. Environmental Protection Agency (EPA), the Occupational Safety and Health Administration (OSHA) and the North Carolina Department of Environment, Health and Natural Resources (NCDENR). A firm-fixed price contract is contemplated. The NAICS code for this acquisition is 493110 and the size standard is $18.5 million. The Period of Performance is from date of contract award through 30 September 2001, plus four (4) twelve-month option periods. The contractor shall provide pricing on a monthly basis for the base period and the four twelve-month option periods. The contractor shall also provide an hourly overtime rate for all periods to the aforementioned. Closing date/time for submission of proposals is 20 June 2001 at 3:00 P.M. local time. Submit to: USCG Aircraft Repair and Supply Center, Aviation Logistics Division, Building 63, Elizabeth City, NC 27909-5001, Attn: Peter Thomas. All responsible sources may submit a proposal, which will be considered. Evaluation for award will be based on past performance and low price. The Service Contract Act applies and Wage Determination #94-2543 revision #25 applies. Copies of the wage determination are available upon request from Mr. Peter Thomas, (252) 335-6643. Offerors are instructed to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 1999). The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Aug 1998); FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Apr 1998); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders (Jan 1999); FAR 52.217-5 Evaluation of Options (Jul 1990); FAR 52.217-8 Option to Extend Services (Nov 1999) ("60 days."); FAR 52.222-26 Equal Opportunity (E.O. 11246) (Feb 1999); FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Apr 1998); FAR 52.222-36 Affirmative Action for Disabled Workers with Disabilities (29 U.S.C. 793) (Jun 1998); FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Jan 1999); AR 52.225-3 Buy American Act -- Supplies (41 U. S. C. 10) (Jan 1994).
Record
Loren Data Corp. 20010605/SSOL002.HTM (W-152 SN50N6N3)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on June 1, 2001 by Loren Data Corp. -- info@ld.com