Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1998 PSA#2115

509th Contracting Squadron, 850 Arnold Ave, Site 2, Whiteman AFB, MO 65305-5054

B -- ENVIRONMENTAL ASSESSMENT OF SOLID WASTE MANAGEMENT UNIT (SWMU) SOL F23606 98 Q4040 DUE 070798 POC Ralph S. Helton, Contracting Officer, 660/687-5421 or Kevin Schwartz, Commodities Buyer, 660/687-5406. WEB: Click here to access copy of Request for Quote., http://www.whiteman.af.mil/509cons/solicitations/sindex_copy(1).html. E-MAIL: Click here to contact the Contracting Officer., sollgcs@whiteman.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation document (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 F23606 98 Q4040 is being issued as a Request For Quotation. The Government will award a contract resulting from this solicitation to the responsible offeror having the lowest overall price. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. This acquisition is set aside 100% for small business, standard industrial classification code 8744 and small business size standard is $5 million. The Defense Priorities and Allocations System (DPAS) rating is S-10. A site visit is scheduled for 24 June 1998, 1:00PM CST. Those interested in attending the site visit must contact Jim Brockmeier at 660/687-6266. Provision 52.237-1, Site Visit is hereby incorporated into this solicitation. CLIN: Services non-personal to furnish all labor, materials, supplies, and incidental items necessary to conduct an environmental assessment of Solid Waste Management Unit (SWMU) #47, the bulk fuel storage area. The facility consists of two 30,000 and one 10,000 gallon barrel fuel tanks. This area was graded and capped with concrete after a spill in 1989. The berm and containment floor of the tank facility is concrete. No penetration of the concrete for sampling shall be allowed during the contract. Non-invasive techniques utilizing a three-dimensional Resistivity Survey and Electromagnetic Offset Log (EOL) to delineate contamination boundaries must be used. The assessment shall be performed across the entire containment area and to a depth of thirty (30) to fifty (50) feet (or bed rock). Contractor shall be responsible for obtaining required Missouri Department of Natural Resources (MDNR) drilling permits (for bores greater than 10 feet deep) and submitting copies to the contracting officer for approval prior to any site activity. All bores shall have well logs completed describing details of where each differing type of soil condition were encountered. After completion of Electromagnetic Offset Log, each well bore shall be abandon, following MDNR closure procedures and the site shall be returned to original condition. Well samples shall be collected and analyzed to verify well placement in an area uncontaminated by petroleum. The contract shall organize all data retrieved during the investigation into a written report. The report shall include all well data, sample data, resistivity data, and figures indicating above average resistance readings both two and three dimensional drawings. Three copies of the final report shall be provided to 509th CES/CEV. The contractor shall be responsible for proper storage, characterization and disposal of contaminated residues generated during the assessment (to include all handling and disposal of RCRA wastes). Contractor responsible to ensure all wastes generated by this project are protected from weather extremes and handling in a manner (containment, location, and accountability) acceptable for the scope of this requirement. No waste shall be stored without properly identifying with markings and labels. All work shall be performed during the hours of 7:00AM and 4:00PM CST, excluding federal holidays and weekends. Contractor shall begin work no later than fifteen (15) calendar days after official notice to proceed has been acknowledged. Field work shall be completed no later than thirty (30) calendar days after the official start date. Copies of the final reports are due no later than sixty (60) calendar days after the official start date. The contractor is responsible for providing all utilities to perform this work. Blanket Wage Determination No. 94-2307, Revision No. 11, dated 06/30/1997, shall be incorporated in resulting award. Provision 52.212-1, Instructions to Offerors Commercial Items (Apr 1998) applies to this acquisition. Clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 1998), applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 1998) to include the following subparagraph: (a), (b)(3), (b)(5-10), (c)(1-2), (c)(4-5) and (e), applies to this acquisition. DFARS Clause 252.212-7000, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 1997), applies to this acquisition. All quoters shall include a completed copy of provisions 52.212-3 and DFARS Provision 252.212-7000 with their quote. DFARS Clause 252.204-7004, Required Central Contractor Registration (Mar 1998) applies to this acquisition. The above Provisions and Clauses may be obtained via Internet site at "http://farsite.hill.af.mil". All quotes are due not later than 4:00PM CST on 7 July 1998, to 509th CONS/LGCS, 850 Arnold Ave., Site 2, Whiteman AFB, MO, 65305-5054, or if hand carried to the depository located in Building 706, room 76. Contact Ralph S. Helton, (660)687-5421/Contracting Officer, Kevin Schwartz, (660) 687-5406/Commodities Buyer, for more information. (0161)

Loren Data Corp. http://www.ld.com (SYN# 0013 19980612\B-0006.SOL)


B - Special Studies and Analyses - Not R&D Index Page