Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOURCES SOUGHT

F -- EMERGENCY RESPONSE REVISED

Notice Date
7/11/2012
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA304712EMERGENCY
 
Point of Contact
Mary Lou Walther, Phone: (210)671-1725, Allison L. Hart, Phone: 210-671-1770
 
E-Mail Address
mary.walther@us.af.mil, allison.hart@us.af.mil
(mary.walther@us.af.mil, allison.hart@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Emergency Response Statement of Work 1. DESCRIPTION OF SERVICES: The Contractor shall provide hazardous material/hazardous waste/hazardous substance spill response for all Joint Base San Antonio assets which includes Lackland AFB, Randolph AFB, Fort Sam Houston, Camp Bullis, Canyon Lake, and Seguin Auxiliary field, at the installation or location of the incident. The scope of work shall include, but not be limited to, remediation (on soil and/or water), transportation, and disposal while providing additional assets as required. The contractor shall have 24-hour, 365 days a year, emergency response coverage and be a U.S. Coast Guard certified Oil Spill Removal Organization (OSRO) qualified in river/canal and inland operating environments for both facilities and vessels. The contractor must provide proof that they are OSRO qualified. The contractor shall respond with maximum capabilities, labor and equipment, and meet initial response time of one hour to the scene of the incident within the San Antonio Metro area, and two hours outside the San Antonio Metro area. The contractor shall be able to respond to job site within one hour of the initial call and lay 1000 feet of absorbent boom on a water way within that one hour in accordance with the Oil Pollution Act 1990 (OPA 90), the Facility Emergency Response Plan, and the Spill Prevention Control and Countermeasure Plan. Upon initial notification of the incident, the contractor will be informed of the nature and apparent extent of the incident based on an initial reconnaissance. Based on the information provided, the contractor will be expected to report to the scene with all necessary equipment, tools, personnel, etc. to accomplish the following tasks as a minimum: • 1. Stop the release if not done so. • 2. Assess the nature and extent of the release, including but not limited to impact to storm drains, surface water bodies, ground surface, and building interiors. Ensure exposure pathways are stabilized using appropriate equipment to mitigate discharges and stabilize the spill. • 3. Contain any visible liquid or solid released or spilled product and/or waste. • 4. Remove all contained product and waste and visibly affected environmental media (soil, surface water, groundwater, sediment) and store in on-site containers (drums, dumpsters, tanks, etc.) for pending disposal or treatment (ensure underground utilities are properly located PRIOR to excavating beyond 18 inches below ground surface in accordance with Air Force policy). Alternatively, large amounts of excavated soil can be stored on plastic/covered with plastic to prevent stormwater exposure as long as the plastic is adequately anchored. Upon completion of response activities, all on-site containers shall be covered or closed to contain the stored material or waste and prevent escape of contaminants and infiltration of storm water. Collect confirmation samples of affected media to demonstrate response actions have been completed according to Federal/State/Local regulations, as applicable. Additional rounds of response actions and sampling may be required to reach unrestricted site closure. • 5. If directed to do so, perform demolition of affected structures, pavements, drains, etc. • 6. Provide safety barricades and flasher equipment, as needed, to cordon off work area. • 7. Decontaminate all equipment, tools, personnel, etc. used to accomplish tasks 1 through 5. • 8. Contact a permitted treatment, storage, and/or disposal facility (TSDF) to ascertain requirements for characterization of the waste materials and begin the characterization and approval process. The TSDF shall be acceptable to the Environmental Section, Asset Management Flight, Civil Engineer Squadron at the responsible base. • 9. Collect samples of contained waste materials for immediate delivery to an environmental laboratory for waste characterization testing. • 10. Upon receipt of the characterization sample analytical results (maximum of 15 business days), provide the data to the TSDF. Immediately upon acceptance of the waste materials (maximum of 5 business days), transport the waste materials to the TSDF. • 11. Provide disposal documentation to the Environmental Section representative at the responsible base. Service provider shall possess the required mitigation, containment, and cleanup capabilities for a broad range of incidents involving discharge of petroleum products, chemicals and/or other hazardous materials resulting from transformers, vehicular accidents, derailments, aviation accidents, abandonment, crime scene and biological incidents, natural disasters, homeland security threats, terrorist acts, and industrial facility incidents. Following completion of initial response activities, provider may be called upon to return to environmentally remediate contaminated and environmentally impaired sites, as well as cleanup, handling and disposal of hazardous materials. This work may include the following: classify, profile, manifest, and transport to a permitted TSDF(s) and characterize and manage waste streams for recycling, fuel blending, neutralization macro/micro encapsulation, and water treatment, and shall be accomplished as indicated in tasks 1 through 11 above. This work will follow a work plan provided by the Environmental Section representative at the responsible base. Response Services will vary by the type and scope of the incident. The provider shall be capable to provide the following services: Spill containment; debris removal and reduction; temporary debris storage; marine/vessel removal, recovery, and salvage (Canyon Lake); hazardous waste collection, transport, staging, and permanent disposal; demolition of unsafe structures; decontamination and cleanup; beach restoration and replenishment (Canyon Lake); fuel and water delivery; environmental media testing; contaminated soil removal and disposal; environmental containment systems; environmental restoration; dredging/sediment remediation; soil stabilization, solidification, and mixing; in situ/ex-situ bioremediation; surgical source removal; and facility decontamination/demolition, also be called upon to provide support during training exercises (when needed) in support of Unit Compliance Inspections (Inspector General), Spill Prevention Control & Countermeasures Plan (SPCC) and Facility Response Plan (FRP) exercises and implementations. All services completed under this Statement of Work will be coordinated with an assigned representative of the Environmental Section representative at the responsible base and that representative will approve all services before they commence. The contractor shall provide documentation of self certifications of biannual equipment deployment drills and 100 percent inspection and maintenance program of response equipment. The contractor will also provide a list of response equipment that can be available within a one-hour notice. Proof of adequate insurance shall also be provided. 2. LOCATION: Any location within the boundaries of Lackland AFB, Randolph AFB, Fort Sam Houston, Camp Bullis, Canyon Lake, and Seguin Auxiliary field, all of which are located within the San Antonio, Texas metropolitan area. Access to these secure facilities will be coordinated through Environmental Section representative at the responsible base. 3. PROJECT SCHEDULE: Emergency response services must be completed within the schedule stated in Task 10 in Section 1. Additional remediation services must be completed within the scheduled stated in the work plan provided by the E nvironmental Section representative at the responsible base. 4. HOURS OF OPERATION: Non-emergency services shall be performed during normal duty hours (7:30 A. M. to 4:30 P.M., Monday thru Friday). Hours of operation for emergency services will be coordinated through the Environmental Section representative at the responsible base. 5. WORKMANSHIP: The Contractor shall perform all operations in a manner that will result in a professional and expeditiously completed project. Workmanship shall be in accordance with the best standards of the profession. 6. ACCESSORIES AND INCIDENTALS: Contractor shall provide all personnel, equipment, tools, supplies, supervision, and other incidentals necessary to complete the required scope of work. 7. DEMOLITION: If required by the scope of work for this project, demolition of structures, equipement, etc. shall be accomplished with care to prevent damage or disturbance to adjacent and nearby structures and facilities. 8. QUALITY ASSURANCE: The government shall inspect all work performed by the Contractor. Work performance shall be deemed satisfactory and acceptable to the government when the Environmental Section representative at the responsible base declares the project satisfactory. 9. COMPLIANCE WITH LAWS: The Contractor shall comply with, and ensure that all subcontractors comply with, all applicable federal, state, and local laws, regulations, ordinances, and standards. 10. SITE MAINTENANCE: Work areas shall be maintained in a neat, clean, and safe condition, and shall, at a minimum, be cleaned at the end of each day. All waste materials and equipment shall be stored in locations directed by the Environmental Section representative at the responsible base. 11. CLEANUP: The Contractor shall collect all trash, debris, refuse, garbage, etc., which they generate, and remove it from the site. All debris shall be removed from the Base on a daily basis. 12. PROTECTION: The Contractor shall protect roads, adjacent property, offices, and their contents from dust, dirt, or other materials. The contractor shall also take precautions to prevent damage to government property. The contractor shall repair or replace damaged items at no additional cost to the government. 13. COMPLETION OF WORK: The Contractor shall ensure that work for this project is performed in accordance with the criteria herein, and that all relevant materials, finishes, equipment, and systems shall be fully operational at the completion of work for this project. The contractor shall provide documentation of proper disposal of all waste materials removed from the site. 14. Any changes : The contractor shall coordinate any changes to the work with the Environmental Section representative at the responsible base: 802 CES/CEAN, Lackland AFB Primary: Steve Diaz, 210-671-5350 802 CES/CEAN, Lackland AFB Alternate: Roland Lopez, 210-671-7212 902 CES/CEAN, Randolph AFB Primary: Katy Breyer, 210-652-4668 902 CES/CEAN, Randolph AFB Alternate: Verna Payne, 210-652-4668 502 CES/CEAN, Ft. Sam Houston Primary: Bill Burton, 210-221-3296 502 CES/CEAN, Ft. Sam Houston Alternate: Brian Smith, 210-221-3296 15. GOVERNMENT FURNISHED PROPERTY: None
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA304712EMERGENCY/listing.html)
 
Place of Performance
Address: Joint Base San Antonio, Lackland AFB, Texas 78236, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02799621-W 20120713/120711235552-e33d77e5182a312083790d9d84cc2e44 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.