COMMERCE BUSINESS DAILY ISSUE OF JULY 31, 2001 PSA #2904
SOLICITATIONS
Z -- REMOVAL, TRANSPORTATION AND DISPOSAL/RECYCLING OF ELECTRICAL EQUIPMENT AND OIL
- Notice Date
- July 27, 2001
- Contracting Office
- U.S. Department of Energy, Western Area Power Administration, P.O. Box 6457, (615 S. 43rd Ave.), Phoenix, AZ 85005
- ZIP Code
- 85005
- Solicitation Number
- DE-RQ65-00WG57367
- Response Due
- August 13, 2001
- Point of Contact
- Janet Johnson, 602-352-2776 or Enoe Marcum 602-352-2422
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 DE-RQ65-00WG57367 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. A fixed price contract will be awarded using Simplified Acquisition Procedures Commericial Item. This procurement is not set-aside for small business concerns. The standard industrial code is 1799 and NIACS 562910 and the business size standard is $11.5 Million or less. Requirements are as follows: Statement of Work for Removal, Transportation and Disposal/Recycling of Electrical Equipment and Oil from Parker Stage 06 located in Parker, California Western Area Power Administration Technical point of contact: Enoe Marcum (602) 352-2422 Fax: (602) 352-2414 1. The purpose of this Statement of Work (Sow) is to obtain equipment, labor, materials, expertise and associated services to drain, load, transfer, transport, and dispose/recycle electrical equipment, oil, oil contaminated soil, asbestos conduit, lead pipe shielding and oil piping located in Parker, California. See the attached inventory list. 2. The Contractor shall perform loading, rigging, transportation, and disposal services in accordance with: Toxic Substances Control Act (40 CFR 761) Department of Transportation (49 CFR 171-172) Occupational Safety and Health Administration (Federal and State) The Contractor shall be required to meet all applicable Federal, State, and local laws, regulations, and ordinances governing the handling, manifesting, loading, removal, transportation and disposal of the equipment. If there is a conflict between these regulations and other applicable Federal, State, and local regulations and the specifications of this SOW, the more stringent requirements shall prevail. 3. The Contractor shall drain all the oil from the transformers, oil circuit breaker, and bushings listed on the inventory. The oil in the bushings has not been tested and shall be assumed to be PCB (see attached PCB reports for test results on the other equipment). All drained bushings must be securely wrapped in plastic and placed in secondary containment for transportation. The Contractor shall dispose/recycle the oil, pot heads, oil system piping, oil contaminated soil, asbestos coated conduit, lead shielding, small station service transformers, mercury gauges, and drums of used degreaser, water, and oil mixture. 4. All PCB items shall be shipped under the appropriate disposal state's Uniform Hazardous Waste Manifest, which shall be prepared by the Contractor and reviewed and signed by a Western representative. The Contractor shall determine the proper placards and be responsible for obtaining all transportation permits. 5. The Contractor will supply Western, within thirty days, documentation of the weight and/or amount of gallons of materials recycled and the weight and/or gallons of materials disposed of. The Contractor shall provide, within 45 days, complete documentation of all movement and disposal or recycling to verify that the equipment and waste included in this SOW have been disposed of in accordance with applicable laws and regulations. Amounts, weights and dimensions are approximations. The Contractor's vehicle(s) will be weighed at a certified scale before loading and after loading for final billing purposes. 6. Western will not provide loader or operator assistance. The substation yard is a hard-hat-required facility. Access to the substation yard is restricted to the hours of 6:00 a.m. to 4:30 p.m. during normal workdays. Western will have a representative on site to monitor for compliance with EPA, OSHA, and other regulatory agency requirements. 7. The Contractor's bid must include a Statement of Qualifications indicating expertise in PCB handling and disposal, including employee training program information, a Spill Prevention Plan, and Environmental Liability Insurance policy information. 8. The Contractor will be given a minimum of 21 days advanced notification prior to the start-up date. The completion date of this project is 30 days from start date. SCA wage rates will apply and will be incorporated into the contract once the new rates have been issued by DOL. Prior to start of work, an onsite safety meeting shall be held with Western's representative to address and discuss safety procedures related to the work required. The following FAR clauses/provisions are applicable to this acquisition. FAR Clause/Provisions, 52.203-3, Gratuities, 52.212-1, Instructions to Offerors Commercial Items, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (incorporating FAR 52.222-3, Convict Labor; 52.233-3, Protest After Award, 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31U.S.C 3332), 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.), 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment, (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)), 52.232-22, Limitation of Funds (notification period is changed to 30 days). Offerors responding to this announcement must provide the information contained in 52.212-1, Instructions to Offerors Commercial Items and must include a completed copy of provisions 52.212-3, Offeror Representations and Certifications Commercial Items. The offeror must also provide it's, Contractor Establishment code (DUNS Number) and Tax Identification Number (TIN). The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government considering price and price-related factors: Technical Specification compliance, past performance, and price. Technical specification compliance and past performance are equal, and when taken together are significantly more important than price. At least 3 references are required for past performance. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The written proposals and the above, required, information must be received at this office on or before August 13, 2001, by 12:00PM Mountain Savings Time. Point of contact for information regarding this requirement is Janet Johnson, 602-352-2776, FAX 602-352-2483. Faxed responses are acceptable. All responsible sources may submit a proposal, which will be considered by the agency.
- Record
- Loren Data Corp. 20010731/ZSOL018.HTM (W-208 SN50T2V5)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|