SOLICITATION NOTICE
R -- Soil Analysis Reports
- Notice Date
- 9/3/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
- ZIP Code
- 23665-2791
- Solicitation Number
- FA4890-04-T-0034
- Response Due
- 9/14/2004
- Archive Date
- 9/29/2004
- Point of Contact
- Keith Friot, Contract Manager, Phone 757-225-2842, Fax 757-764-0905, - Jeanette Spreemann, Flight Commander/Contracting Officer, Phone 757-764-9154, Fax 757-764-9153,
- E-Mail Address
-
keith.friot@langley.af.mil, jeanette.spreemann@langley.af.mil
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS - AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. This solicitation number is FA4890-04-T-0034 and this solicitation number is issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures found in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2001-20). The associated North American Industrial Classification System (NAICS) code for this procurement is 541710 however, this RFQ is unrestricted. Statement of Work 2 Sep 2004 1. DESCRIPTION OF WORK 1.1 SCOPE: Air Combat Command has previously contracted for soil column tests to evaluate Small Arms Firing Range (SAFR) site-specific materials to aid in the selection of the best and most cost-effective stabilizing media for lead and copper migration in storm water. This SOW requires the contractor to provide technical review of the test method, analysis, and results for scientific completeness. This SOW requires a technical and scientific review of the work performed by separate contractor detailed in section 1.2, paragraph 2, item 4), to ascertain its efficacy in support of the conclusions and recommendations in the report associated report. Also, this SOW requires a technical and scientific review of the item 4) work relative to future publication by the Air Force as novel technology for the management of lead and copper migration from SAFRs. This requirement is only soliciting offerors from the scientific community within the local Southeastern Virginia area in an effort to maintain close contact with our scientific advisors. 1.2 BACKGROUND: The Department of Defense (DoD) operates more than 2,600 SAFRs nation-wide. Air Combat Command operates 16 SAFR complexes and various skeet ranges. Bullets fired at these ranges accumulate in earthen berms and contain heavy metals, including soluble and fragmented lead species. Discharge of these projectiles into a collection earthen berm, the subsequent accumulation of lead, and release into the environment poises potential harm to human health and the environment. Preventing lead discharge is important not only for regulatory reasons, but also because of the biological uptake potential and toxicity characteristics of lead. Air Combat Command has previously contracted a comprehensive investigation of SAFRs at 11 Air Force installations to characterize the storm water migration of lead and copper. The primary concern of this investigation is to address the mobilization of lead and copper via storm water discharge to surface locations down gradient to the SAFR complex. The purpose of the investigation is to determine, 1) the character and amounts of lead and copper that has migrated outside of the SAFR complex, 2) what are the regulatory implications of any amount of lead and copper accumulation, 3) the clean-up requirements, and 4) via laboratory and field research, assess methods to immobilize lead and copper ions, and prepare concept designs, specific to each bases needs, to prevent future releases of lead and copper to the surrounding SAR environment. Item 4) of the prior contract includes batch tests on site-specific materials to determine the most efficacious and cost-effective stabilizing media. Item 4) work also includes a study of the compatibilities of chemistry, soil types and local environment for the soil type at each SAFR. Further, soil column tests are being performed on site-specific materials to provide site-specific data to aid in the selection of the best and most cost effective stabilizing media. Stabilizing agents may include different phosphates, silicates, zeolites, nanocomposites, and granulated activated carbon. Laboratory analysis includes, but is not limited to particle sizing, energy dispersive x-ray fluorescence/scanning electron microscopy (XRD/SEM) analysis for each of the materials and samples. 1.3 APPLICABLE DOCUMENTS: The contractor shall consider the following documents in performance of duties under this statement of work: Small Arms Range Lead and Copper Migration Studies for ACC bases. The contract investigates lead and copper migration at the following bases. Only item 4) of the reports require technical review by this SOW: Langley AFB Barksdale AFB Seymour-Johnson AFB Holloman AFB Offutt AFB Shaw AFB Nellis AFB Beale AFB Ellsworth AFB Whiteman AFB Cannon AFB U.S. Army. Implementation Guidance Handbook, Using Physical Separation and Acid Leaching to Process Small-Arms Range Soils. Battelle. 18 Sep 1997. 124p. Ross, R.B. Metallic Materials Specification Handbook. 3rd ed. E&NF Spon, Ltd., London, 1980. Lothenbach, B.; Gerhard, P.; Schulin, R. Environmental Scient & Technology. 1997, 31, 1452. Breck, D.W. Zeolite Molecular Sieves, Wiley: New York, 1974. Barrer, R.M. Zeolite and Clay Minerals, Academic Press: London, 1978. Ponec, V., Knor, Z., Cerry, S. Adsorption of Solids, Butterworth and Col, London, 1974. Abdel-Fattah, T., Payne, K. Prepr. Ext. Abstr. ACS Natl. Meet. Amer. Chem. Soc. Div. Environ. Chem. 2001, 41 (1), 244. Abdel-Fattah, T., Isaacs, L.K. Adsorption of Divalent lead ions by organo-silicate nanocomposites: Effects of pH, temperature and ionic strength. Environmental Science & Technology. Submitted. Kresge, C.T., Leonowicz, M.D., Roth, W.J.., Vartuli, J.C., Beck, J.S. Nature, 1992, 359,710. Beck, J.S., Vartuli, J.C., Routh, W.J., Leonowitz, M.E., Kresge, C.T., Schmitt, K.D., Chu, C.T., Olson, D.H., Sheppard, E.W., McCullen, S.B., Higgins, J.B., Schlenker, J.L. J. Am. Chem. Soc. 1992, 114, 10834. Tanev, P.T., Pinnavaia, T.J. Science 1995, 267, 865. Abdel-Fattah, T.M., Pinnavaia, T.J. Chem. Commun. 1996, 665. Severin, K.G., Abdel-Fattah, T., Pinnavaia, T.J.. J. Chem. Soc., Chem. Commun., 1998, 1471. Corma, A. Chem. Rev. 1997, 97, 2373. Abdel-Fattah, T.M., Isaacs, L.K. Prepr. Ext. Abstr. ACS Natl. Meet. Amer. Chem. Soc. Div. Environ. Chem. 2003, 43(1), 1138 Abdel-Fattah, T.M., Isaacs, L.K. Payne, K.B. Federal Facility Environmental Journal, 2003, 14(2), 113. 2.0 PROJECT ADMINISTRATION AND MANAGEMENT 2.1 Kickoff and Other Meetings: A project kickoff meeting will be held between the technical project manager and the contractor. The purpose of this kickoff meeting will be to discuss the contract, clarify questions, and develop a common understanding prior to start of the contract. No additional funding will be provided under this contract for travel costs and any anticipated travel expenses should be included in the Firm-Fixed Price submitted in the proposal. For estimating purposes there are no costs budgeted for travel for the kickoff meeting. The contractor will prepare meeting minutes for the kickoff meeting and 3 additional meetings that summarize who was in attendance, the items discussed, and synopsize the items of understanding. 2.2 LETTER OF SUBMITTAL The contractor shall prepare and submit a cover sheet "Letter of Transmittal" for each submittal. As a minimum this letter shall include the following information: a. Contract and delivery order number b. SOW reference c. Date of submittal d. Brief description of item(s) being submitted e. Contractor's point of contact. Unless otherwise specified in the SOW, only a copy of the letter of transmittal shall be submitted to the contract manager. This transmittal letter shall be submitted to the contract manager concurrently with the submittal of the associated deliverable item to the responsible government office. 2.3 TRANSPORTATION METHODS AND REVIEW TIMES FOR DELIVERABLES The contractor shall provide draft deliverables via email to the technical project manager (TPM). The government will review and provide comments to the contractor on an as needed basis. The contractor will incorporate government comments into deliverables. The contractor shall provide via email a copy of the final report to the TPM. 3.0 TECHNICAL REQUIREMENTS The following constitute the technical tasks to be accomplished by the contractor. As part of the contactors submittal documentation must be provided to demonstrate competency in the material science specialty and specifically experience in working with nanocomposites materials. 3.1 TASK 1 ? DRAFT Analysis and Technical Sufficiency Report. Review each base report provided by the government and analyze the technical approach, methods, results, and discussion for their sufficiency to scientifically support the conclusions and recommendations of the report. The reports to be analyzed are estimated to be 25 pages in length each with a font of Times New Roman and 12 pitch. Contractor should expect a 10% variance in the size of the report requiring review. The contractor will recommend changes, corrections, and alternatives where such recommendations or changes will enhance or improve the technical sufficiency of the research work. Revised methods or analysis may be suggested. 3.2 TASK 2 - FINAL Analysis and Technical Sufficiency Report. Incorporate the government comments, update the technical review of each base report completed in Task 1, and provide a final hardcopy and electronic media report. 4.0 CONTRACT DELIVERABLES: 4.1 Status Reports: The contractor shall produce and submit project status and management reports to the TPM monthly. The monthly report will summarize the work completed and indicate the work that is planned for the next 30 days. 4.2 Meeting Minutes: The contractor shall take notes at all formal meetings including base briefings and project level meetings. All meetings will be held on Langley AFB, VA. The contractor shall provide a final copy of meeting minutes. 4.3 Draft Report. The contractor shall provide electronic copies as scheduled in the Table of Deliverables below. All electronic work shall be completed in Microsoft ? WORD 2000 or later, EXCEL 2000 or later, POWER POINT 200 or later, or other approved compatible software delivered via e-mail to the TPM. 4.4 Final Report: The contractor shall provide electronic copies and hard-copies as detailed in the Table of Deliverables below. Hardcopies will be provided in 3-ring notebook style format. All electronic work shall be completed in Microsoft ? WORD 2000 or later, EXCEL 2000 or later, POWER POINT 2000 or later, or other approved compatible software on compact disc media. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commerical Items; 52.212-3, Offeror Representations and Certification-Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Item.***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; Clause 52.212-5 (Deviation) Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.247-34 F.O.B. Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program-Supplies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports are hereby incorporated by reference, 252.243-7001, Pricing of Contract Modifications.***All offerors shall submit the following: 1) Original and one (1) copy of a quotation that addresses all Line Items; 2) Description of commercial warranty; and 3) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000, Offeror Representations and Certification Commercial Item, which may be downloaded at www.arnet.gov/far. ***All quotes should be sent to ACC CONS/LGCA, 130 Douglas Street, Suite 401. Langley AFB VA 23665-2791 or emailed to Keith.Friot@langley.af.mil or Jeanette.Spreemann@langley.af.mil. Submission shall be received by 2:00 pm Eastern time on 14 September, 2004. Point of Contact ? Keith Friot, Contract Manager, 757-764-4502, email keith.friot@langley.af.mil. PROPOSAL EVALUATION FACTORS Award will be made based on a best value assessment. Ensure submitted proposal covers all evaluation factors to facilitate award based on a best value analysis. Proposal evaluation factors that will be used to determine award of this purchase order are as follows: 1) Qualifications of key personnel, technical approach, and management plan for interfacing with the Government. This shall include a Project Manager who will be directly responsible for overseeing the project and the contractor POC. 2) Past performance in the execution of similar projects with specific experience in Nanocomposites Media Adsorption. 3) Price Factors 1 and 2 are significantly more important than price. Price, although of lesser importance, will contribute substantially to the selection process. The greater the equality of proposals for factors other than price, the more important price becomes in selecting the best value for the Government.
- Place of Performance
- Address: Langley Air Force Base, Hampton, Virginia
- Zip Code: 23665
- Country: USA
- Zip Code: 23665
- Record
- SN00665276-W 20040905/040903211930 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |