SOLICITATION NOTICE
F -- ASBESTOS ABATEMENT
- Notice Date
- 4/11/2023 11:11:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04023Q61188Y00
- Response Due
- 4/26/2023 5:00:00 AM
- Archive Date
- 05/11/2023
- Point of Contact
- SK2 TYRONE JOHNSON, Phone: 4107626543
- E-Mail Address
-
TYRONE.W.JOHNSON@USCG.MIL
(TYRONE.W.JOHNSON@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number�70Z04023P61188Y00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First. Basis for Award:�This�solicitation is based on FAR 13 � Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Lowest Priced Technically Acceptable basis per the solicitation.� Past performance will only be reviewed for �responsibility� basis per FAR 9.1.�There are no adjectival ratings nor will award be based on a best value tradeoff basis.�All quote�s will be evaluated for who meets all the technical requirements, next who meets our deadlines and finally what is the lowest cost. All quotes shall be emailed to SK2 JOHNSON via TYRONE.W.JOHNSON@USCG.MIL and shall be received no later than 04/26/2023 (Eastern). All emailed quotes shall have 70Z04023Q61188Y00 in the subject of the email. If a Site Visit is required in order to bid, please email RICHARD ARO via RICHARD.M.ARO@USCG.MIL 410-636-4034 in order to schedule. ITEM 1: �ASBESTOS ABATEMENT DESCRIPTION: asbestos abatement in Accordance with statement of work TOTAL: ___________________ * EST. Delivery Date: ________________* Total: UEIN:������������������� NAICS code: Place of Performance: �������������� U.S. COAST GUARD YARD �������������� 2401 HAWKINS POINT ROAD �������������� BALTIMORE, MD 21226 Invoicing In IPP It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov. ����� ������������STATEMENT OF WORK FOR ASBESTOS �������������� �����������REMOVALS FOR BUILDING 78 ��������������������� ���������� Provide Asbestos material removals from building 78�s Plate Furnace. And to remove and dispose of all accessible asbestos insulation, brick, and debris inside and outside of the large plate furnace to include 2 ducts on the furnace. �The material that is to be removed is known as asbestos containing fire retardant bricks. The contractor must provide all necessary labor, equipment, materials, and supervision to safely perform HAZMAT remediation�s listed in this statement of work. Second or third shift working hours maybe needed to perform this remediation. All hazardous materials must be placed and sealed in Contractor provided containers and be properly labeled. All HAZMAT disposals are the responsibility of the Contractor. Air monitoring inside and outside the containment areas will be required. All results must be provided to the CG Yard�s safety office. The Contractor must provide a work plan, schedule, and removal methods with proposal. The contractor must provide all notifications to the state and local Governments. The Contractor shall comply with all Occupational Safety and Health Administration (OSHA) requirements specified as applicable to personnel exposure to Asbestos hazardous materials. The Contractor shall comply with all Occupational Safety and Health Administration (OSHA) requirements specified in 29 CFR 1915, Subpart B, as applicable Confined and Enclosed Spaces and Other Dangerous Atmospheres in Shipyard Employment. The Contractor shall comply with applicable OSHA requirements specified in 29 CFR 1915.1025 and 29 CFR 1926.62, as applicable to personnel exposure to Asbestos hazardous materials. All work must meet OSHA Standards, EPA CFR40, local, state, and federal requirements. Any deviations must be reported to the Coast Guard Yard staff immediately. All Contractors� equipment must meet local, state and federal environmental regulations. EPA and MDE approval for work methods will be the responsibility of the Contractor. Any work variance approvals will be the responsibility of the Contractor. A site visit will be required before submitting bid. ������� �� ����������������������������� Code of Federal Regulations (CFR) Title 29, Part 1910, Jul 2008, Occupational Safety and Health Standards applicable. Protective measures The Contractor shall furnish and install suitable covering to seal off and protect all non-affected surfaces/equipment and spaces in the vicinity of the work area against contamination during the performance of work. The Contractor shall abide by all asbestos abatement compliance requirements, as specified in SFLC Std Spec 0000, and by the following the additional safety precautions during the asbestos dust clean-up operation provided below: Separate contaminated areas from other areas. Do not permit non-essential personnel in the work area. Prevent dust from migrating to other areas, as follows: Seal the work area and other areas with an airtight barrier, such as fire-rated polyethylene. Seal all sides, inside the construction area to provide a secondary dust barrier Post notification of alternative emergency exits, if applicable. Ensure the work area remains under negative pressure in relation to adjacent areas. NOTE Negative pressure means that more air is exhausted from the area than is supplied so that lead dust is contained within the work area, and do not contaminate adjacent non-affected compartments. Exhaust air must be filtered with a suitable HEPA filter. At a minimum, protect de-contamination workers as follows: Use a HEPA (high-efficiency particulate air) vacuum - never use a conventional vacuum. A HEPA vacuum removes 99.97% of particles that are less than 0.3 microns in size. Never use compressed air. Never dry sweep. Workers must wear full-body protective clothing, head covering, and shoes or shoe covers. Eating, drinking and smoking are prohibited in work areas. Workers must wash hands and face before eating, drinking, or smoking. Workers must not leave the work area without having gone through a proper decontamination process that prevents the spreading of asbestos dust to un-affected areas. Workers must remove work clothes and shoes before leaving the work area and seal their work clothes in plastic. Workers must shower and wash hair as soon as possible after leaving the work area. Non-disposable work clothes must be washed separately from other clothes. The Contractor shall remove protective covers to allow for performance of asbestos dust cleaning and wipe sampling tasks, as specified in asbestos dust clean-up and wipe sampling, respectively. The Contractor shall install protective covers after tasks have been completed. Remove and dispose of all protective covers upon completion of work. ������ Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, (Interferences). Structural Shop �Approx. 500 Linear Feet �(Approx.)� � � � � � � � � � � � �� 100% Asbestos Removals 0.01 % minimum permissible limit Asbestos containing bricks, insulation and debris. Plate furnace building 78 door 19 Surface preservation. The Contractor shall abate Asbestos Hazardous coatings from the above listed area as necessary to complete work tasks. ������ Surface preparation cleaning, inspection, and sampling. Upon completion of asbestos remediations the Contractor shall perform the following: Removal of Asbestos: �Remove all asbestos-containing material (ACM) bricks and asbestos containing dust, debris, and any and all contaminated materials over the designated surfaces; adhere to the following guidelines: All ACM shall be carefully scraped/wiped off the surface into bags that are specially designed for asbestos removal, sealed and handed over to another worker to be sealed again. All asbestos debris shall be disposed of in accordance with all applicable Federal, state, and local regulations. Asbestos dust clean-up. The Contractor shall clean all asbestos dust from the worksite by suitable clean-up cleaning methods, or as follows: Step 1 � �removal: The Contractor shall remove all gross debris, paint chips, etc. using either a vacuum with a HEPA filter or by spraying the materials with water in a spray bottle and picking up parts or large pieces of asbestos contaminated debris by hand. Step 2 - vacuum cleaning: Using a suitable HEPA vacuum, the Contractor shall clean all affected surfaces, to the following guidelines: The Contractor shall begin cleaning with high areas first � working downward. Step 3 � Wet Cleaning: Wet cleaning is recommended. Wet cleaning can be done on materials. �������������������������������������������������������������������� Step 4 � vacuum cleaning: The Contractor shall perform a HEPA vacuum cleaning again as specified in �Step 2�. Wet cleaning is recommended. �� Step 5 � waste disposal: The Contractor shall properly dispose of asbestos contaminated materials, in accordance with all applicable Federal, state, and local regulations. Visual inspection. The Contractor shall conduct a visual inspection, in the presence of the Coast Guard Inspector, to ensure that none of the following is present. Visible coatings on any part of the substrate, including pitted areas. Dust. Cleaning material haze. Aggressive sampling � asbestos. After the completion of abatement, the Contractor shall take at least five aggressive air samples, using the Phase Contrast Microscopy (PCM) method to determine that the level of airborne fibers for each sample inside the work site is 0.01 or less fiber per cubic centimeter. Perform aggressive air sampling in accordance with EPA 600/4- 85-049.� Submit a CFR. The Contractor shall ensure that asbestos samples are analyzed by a laboratory certified by the National Asbestos Laboratory Accreditation Program (NVLAP) or The American Industrial Hygiene Association. If laboratory analysis shows asbestos concentrations in Excess of the thresholds specified above, then the Contractor shall perform asbestos cleaning and take subsequent wipe samples until the asbestos concentration falls below the above standards. NOTE For a listing of certified laboratories, go to www.aiha.org. The Contractor shall be aware that the Coast Guard reserves the right to coordinate additional wipe clearance testing, at no cost to the contractor, to verify the sample results. NOTE All additional wipe clearance testing conducted by the Coast Guard must be witnessed by the Contractor, to verify where and how samples were collected � and thus, prevent contract disputes. In-process quality control measures. The Contractor shall abide by all the safety and quality control requirements specified in SFLC Std Spec 0000. Lab results Information needed: Name/Location of disposal site (provide prior to shipment) Draft copy of Manifest (provide prior to shipment) Government employee from the Environmental Branch MUST sign the HW Manifest copies (original and final) and Land Disposal Restriction (LDR) copies must be provided to Environmental Branch
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f1a8714fcc74dbf80177d446bc7adc7/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN06646553-F 20230413/230411230105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |