MODIFICATION
J -- Shooting Range Lead Extraction
- Notice Date
- 4/4/2017
- Notice Type
- Modification/Amendment
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- 0007112
- Point of Contact
- Samantha L. Schottler, Phone: 2023238124
- E-Mail Address
-
samantha.schottler@ic.fbi.gov
(samantha.schottler@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 1.0 BACKGROUND 1.1 This is a contract to provide lead extraction services for the Federal Bureau of Investigation (FBI) North Chicago Firearms Range located in North Chicago, IL. This is a non-personal services contract. The Government shall not exercise any supervision or control over contractor employees performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.2FBI North Chicago Range consists of a 48 point 272 linear foot live fire range and a 17 point 90 linear foot range. Both ranges have a granular rubber backstop system consisting of a sloped concrete surface which has a brow that extends outwards to cover the sloped area. The sloped concrete surface extends across the width of the firing points. This concrete surface is backfilled with granular rubber which the rounds impact after passing through the target. When the lead projectiles penetrate the target, the lead is safely captured in the rubber. Over time, the granular rubber filled backstop becomes saturated with the lead deposits and other miscellaneous debris that must be extracted. PLEASE NOTE: This scope is for extraction of lead ONLY. The lead must be extracted and containerized in an air tight suitable container with fastening lid and left on-site. Award of this service does NOT include removal of the lead off of the property. 2.0 OFFER SUBMISSION INSTRUCTIONS AND DEADLINES: Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 2.1 Quotations may be submitted in contractor format and shall include: 2.1.1 Company name, address, telephone number, point of contact, email address, and fax number 2.1.2 Solicitation number 2.1.3 Price Quote 2.1.4 Contractor DUNS number 2.1.5 Signed acknowledgement of amendments (applicable only if any amendments are issued against this solicitation 2.1.6 Do not calculate past the second decimal point 2.2 Deadlines are as follows 2.2.1 Questions must be submitted to samantha.schottler@ic.fbi.gov by Thursday, April 6th 2:30 PM EST. 2.2.2Bids must be submitted to samantha.schottler@ic.fbi.gov by Thursday, April 13th 2:30 PM EST. 2.2.3 A site visit will take place on Wednesday, April 5th at 1:00 PM EST. Please submit full legal name, social security number, place of birth, and date of birth to samantha.schottler@ic.fbi.gov by 4:30 PM EST Tuesday, April 4th. PLEASE NOTE: All offerors must be registered in System for Award Management (SAM) and have an active registration to receive an award. Information on registration may be obtained by calling 1-866-606-8220 or via the internet at www.sam.gov 3.0 DELIVERABLES 3.1 A minimum of half (approximately 115cubic ft) of the traps contents will be removed and contained for redistribution after extraction is complete. 3.2 The remaining rubber should be approximate to the top height of the rubber block knee wall (approximately 4ft). The remaining rubber in the backstop will be the primary focus for the lead/rubber separation extraction process. 3.3 Although minimal, secondary areas for rubber cleaning will include immediate areas around target holders will also be recycled back into the backstop. 3.4Extracted lead must be containerized in a UN DOT approved sealable container to be left on site and sorted based in accordance with environmental regulations. 3.5With bullet trap contents removed, visually inspect bullet traps for wear and damage. Torque and/or replace nuts and bolts as necessary. 3.6 Clean concrete pad of residual rubber and lead particulate with HEPA vacuum from front edge of grass area in front of bullet traps up to the bullet traps. 3.7 Ensure drainage is not obstructed by granular rubber or debris caused by the extraction process. 3.8 Restored rubber must be raked to "level off" and restore proper slope. If due to the extraction process and normal loss of rubber, the granular rubber level is deficient, note deficiency in report, advise client, and include written quote for granular rubber addition in report. 3.9 Submit technical report within five calendar days after completion. Vendors are to describe service provided, findings, and recommendations on company provided letter head to Project Manager and Contracting Officer. 4.0 REQUIREMENTS 4.1 Contractor is required to make the extraction site inaccessible by means of a physical barrier to anyone not assisting in the extraction process. 4.2 Personnel working in or around the extraction site will need to wear proper protective equipment in accordance with the Office of Occupational Health & Safety Administration. The minimum standard for exposed workers will be polyethylene suit with foot enclosure and hood, respirator, gloves, appropriate eyewear. Contractor is responsible for supplying workers with proper protective equipment. 4.3 Contractor is responsible for the proper disposal of their owned lead contaminated items generated from this service. Such items will not be disposed of or abandoned on the Government's property. 4.4 Contractor is responsible for complying with the following regulations regarding hazardous waste handling, transporting, and disposal: 4.4.1 Department of Labor OSHA 29 CFR 1910.1025 4.4.2Department of Labor OSHA 29 CFR 1910.134 4.4.3 Department of Labor OSHA40 CFR Parts 261-265 4.4.4State of Illinois Environmental Protection Agency www.epa.illinois.gov 5.0 SECURITY 5.1 Limited Background Investigations (LBI) may be required for any personnel that is required to work onsite for the duration of this project. The awarded vendor must submit a list of employee names to the Chicago FBI Security Division within 24 hours of award. 6.0 PLACE OF PERFORMANCE 6.1 890 Foss Park Ave North Chicago, IL 60064 7.0 PERIOD OF PERFORMANCE AND CONTRACT LINE ITEMS (CLINs): 7.1 LINE ITEM 001 PERIOD OF PERFORMANCE APRIL 17, 2017- April 26, 2017. 8.0 EVALUATION PROCESS 8.1This contract will be awarded to the lowest priced technically acceptable offeror 8.2 Bidder must provide three references detailing its experience providing similar services. The references must include a contact name, telephone number, and email address 8.3 Bidder must provide proper certification of the employees proposed to complete the work 9.0 CONTRACT TYPE AND PRICING 9.1 Firm fixed price 10.0 INVOICING 10.1 Invoices shall be submitted to CENTRAL_INVOICES@IC.FBI.GOV upon completion of work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/0007112/listing.html)
- Place of Performance
- Address: 890 Foss Park Ave, North Chicago, Illinois, 60064, United States
- Zip Code: 60064
- Zip Code: 60064
- Record
- SN04459655-W 20170406/170404235656-1739e2446f96c304404f0a983c346ebb (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 |