Avatar

Please consider registering
guest

sp_LogInOut Log In sp_Registration Register sp_MemberList Members

Register | Lost password?
Advanced Search

— Forum Scope —





 

— Match —





— Forum Options —





Minimum search word length is 3 characters - maximum search word length is 84 characters

sp_Feed Topic RSS sp_TopicIcon
Remove carpet, carpet mastic, tile & mastic containing Asbestos
May 15, 2006
9:07 AM
Avatar
Member
Forum Posts: 5298
Member Since:
August 29, 2005
sp_UserOfflineSmall Offline

[FONT=Verdana]This is a combined synopsis/solicitation for services prepared in accordance with the format in 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. The solicitation number for this procurement is FA4801-06-T-0131 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the Best Value to the Government. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-07. This acquisition is to be 100% set aside and awarded to SB. The North American Industry Classification System (NAICS) code is 562910. The SB size standard for this code is $12,000,000.00. PROJECT DESCRIPTION: CLIN 0000: One time Inspection fee for removal of asbestos from bldg 850 Qty 1 Time Fee CLIN 0001: Mobilization Fee for removal of asbestos from bldg 850 Qty 1 Time Fee CLIN 0002: Removal of Carpet and Carpet Mastic containing asbestos from bldg 850 Qty 12,700 Sq.Ft. CLIN 0003: Removal of Tile and Tile Mastic containing Asbestos from bldg 850 Qty 12,700 Sq. Ft. CLIN 0004: Clearance Air Monitor fees for removal of asbestos from bldg 850 Qty 1 Time Fee CLIN 0005: Disposal costs for asbestos removal from bldg 850 Qty 1 Time Fee CLIN 0006: Land fill disposal costs for removal of asbestos from bldg 850 Qty 15 Visits CLIN 0007: New Mexico Gross Receipt State Tax Qty 1 Time Fee in Holloman AFB. See Statement of work below. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR;; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2005); FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (SEP 2005); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2006), FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); FAR 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (NOV 2003); HAFB 008 - HOLLOMAN AFB ACCESS; HAFB 009 WIDE AREA WORKFLOW STATEMENT (FEB 2005); FAR 52.219-6, Notice or Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 522.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). FAR 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); FAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (FEB 2006), 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004)(10 U.S.C.). FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006); ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS- OCT 2003 COMMERCIAL ITEMS. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Apr 2006) (DEVIATION); MANDATORY: Contractor personnel shall adhere to the base cell phone policy. Vehicles operatored on a DoD installation; and operators of government owned vehicles will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited. Penalty: 3 points for military and $25 fine (+$25 fee) for civilians. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. CONTRACTING OFFICER: Michelle M. Palmer. The point of contact for this solicitation is SSgt Robert Ruston, SSgt, USAF 505-572-7156, FAX: 505-572-7333, e-mail [email]robert.ruston@holloman.af.mil[/email] Point of Contact SSgt Robert Ruston, Contracting Specialist, Phone 505-572-7156, Fax 505-572-7333, Email [email]robert.ruston@holloman.af.mil[/email] - Michelle M. Palmer, Contracting Officer, Phone 505-572-2110, Fax 505-572-7333, Email [email]michelle.palmer@holloman.af.mil[/email] Secondary Point of Contact for SSgt Robert Ruston from 12 May 2006 to 25 May 2006: Dina Pardy, Civ, USAF 505-572-7155, email [email]dina.pardy@holloman.af.mil[/email] IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. STATEMENT OF WORK Removal of Asbestos Holloman Air Force Base, [/FONT][FONT=Verdana]New Mexico[/FONT][FONT=Verdana] 1. SCOPE OF WORK: Non-Personal Service: The Contractor shall remove various asbestos containing materials located at Building 850 at Holloman AFB, N.M. The Government will furnish a copy of the asbestos testing results to the contractor. 1.1. Asbestos abatement shall include removal of carpet, carpet mastic, tile and tile mastic. The removal area is approximately 25,400 sq ft. 1.2. Friable Asbestos Containing Material must be removed in accordance with 29 CFR 1926.1101, 40 CFR 61, Subparts A and M. 1.3. Regulated asbestos-containing material (RACM) must be removed in accordance with all the OSHA and NESHAPS asbestos regulations. 2. RESERVED 3. SUBMITTALS: Submittals shall be submitted to the government representative 10 days prior to commencing work involving asbestos materials. DO NOT FAX SUBMITTALS. 3.1. Monitoring Results: The independent industrial hygienist shall notify the Contractor and the government representative immediately of exposure to asbestos fibers in excess of the permissible exposure limit per 29 CFR 1926.1101 3.2. Notification: 3.2.1. Submit to the Government representative a copy of the New Mexico Environmental Department Asbestos Demolition/Renovation Notification form. 3.2.2. Submit a copy of the State of New Mexico Environmental Department acknowledgment and approval letter, with a tracking number assigned. 3.2.3. These submittals shall be provided at least 10 days prior to the asbestos removal start date on the state notification form. 3.3. Landfill: The landfill to be used will be a Federal and State approved landfill off of Holloman AFB (HAFB). The nearest approved asbestos landfill to HAFB is Otero-Lincoln County Landfill. It is approximately 34 miles from HAFB. The Contractor shall submit detailed delivery tickets (Waste Shipment Record) stating the amount of asbestos containing material in cubic feet and be signed and dated. For each load of asbestos containing material removed from the job site the Contractor shall: 3.3.1. Submit a copy of the Waste Shipment Record to the Government representative per 40 CFR 61.150(d) 3.3.2. Submit a copy of the Waste Shipment Record to landfill operator per 40 CFR 61.150(d) 3.4. Asbestos Removal Completion Submittal: 3.4.1. Description of types, quantities, and location of asbestos removal. 3.4.2. Sketch of the building floor plan showing room numbers, room names, locations of asbestos removal, quantity of asbestos removed, and type of asbestos removed. 3.4.3. All air monitoring results, signed by the testing laboratory employee performing air monitoring, the employee that analyzed the sample, and the industrial hygienist. 3.4.4. The EPA certified asbestos supervisor's written certification that the concentration of airborne asbestos in the regulated work area and the waste removal system was less than 0.01 fibers (longer than 5 micrometers) per cubic centimeter of air and that there are no visible accumulation of dust when the asbestos removal area, disposal area, and cleanup area is clean. 4. PERMITS, STATE LICENSES, AND NOTIFICATIONS: Obtain necessary permits and state licenses in conjunction with asbestos removal, hauling, and disposition. Contractor shall furnish timely notification of such actions required by federal, state, regional, and local authorities. Notify the State of New Mexico Environmental Department with a New Mexico Environmental Department Asbestos Demolition/Renovation Notification Form a minimum of 10 days prior to the commencement of work in accordance with 40 CFR 61, Subpart M. 5. SAFETY AND HEALTH COMPLIANCE: In addition to the requirements of this specification, comply with laws, ordinances, rules, and regulations of federal, state, regional, and local authorities regarding hauling, storing, transporting, and disposing of asbestos waste materials. Comply with the applicable requirements of the current issue of 29 CFR 1926.1101, 40 CFR 61, Subparts A and M. Submit matters of interpretation of standards to the appropriate administrative agency for resolution before starting work. Where specification requirements and referenced documents vary, the most stringent requirements shall apply. 6. PROTECTION OF EXISTING STRUCTURE: Perform removal of asbestos material without damage or contamination of adjacent areas. Where the adjacent areas are damaged or contaminated, it shall be restored to its original condition or better at no expense to the government. 7. EQUIPMENT: The Contractor, upon request by the Government representative, shall furnish complete sets of personal protective equipment as required herein, for entry to and inspection of the asbestos regulated area. The personal protective equipment furnished to the Government representative shall include respirators, disposable protective whole body covering, head coverings, gloves, foot coverings, eye protection, and use of the Contractor's change room. The personal protective equipment shall remain the property of the Contractor. 8. PRE-ABATEMENT MEETING: Prior to beginning work, the Contractor, the asbestos supervisor, shall meet to discuss in detail the asbestos plan, including work procedures and safety precautions. 9. WORK PROCEDURES DURING ABATEMENT ACTIVITIES: Perform asbestos related work in accordance with 29 CFR 1926.1101 for Class 1, II, and III asbestos work, and as specified herein. Use wet removal procedures. Additional Asbestos Control Area Requirements: The construction of an enclosed asbestos regulated area is impractical for the removal of ACM located on roof. Provide a ground level roped-off perimeter 40-feet larger in diameter than the area where the asbestos handling procedures are performed and provide an 8-feet tall vision barrier at roof level around the actual perimeter of the work area. Also, maintain other requirements for asbestos regulated areas. Conduct personal and area monitoring of airborne asbestos fibers during the work shift at the designated limits downwind of the asbestos work area at a frequency recommended by the industrial hygienist, but not less than once every 4-hours. If the quantity of airborne asbestos fibers monitored at the designated limits at any time is greater than or equal to 0.1 fibers (longer than 5-micrometers) per cubic centimeter of air, stop work, correct the condition(s) causing the increase, and notify the Government representative immediately. If adjacent areas are contaminated, clean the contaminated areas, monitor, and visually inspect the areas as specified herein. 10. ASBESTOS HANDLING PROCEDURES: 10.1. General Procedures: Wet asbestos material with a fine spray of amended water, other approved wetting agent, or a removal encapsulated during removal, cutting, or other handling to reduce the emission of airborne fibers. Remove material and immediately place in sealed impermeable bags constructed of 6-mil plastic sheets. Where unusual circumstances prohibit the use of sealed impermeable bags, the industrial hygienist shall submit for approval, in the asbestos plan, an alternate proposal for removal of asbestos materials and containment of asbestos fibers. All removed asbestos shall be sealed in containers which can be loaded and unloaded from a truck by hand without damage. 10.2. Monitoring: Monitoring of airborne concentrations of asbestos fibers shall be in accordance with 29 CFR 1926.1101, and as specified herein. Air monitoring, testing, and reporting shall be performed by a Certified laboratory. The Government will have the option to perform independent monitoring. 10.3. Monitoring Results: Fiber counting shall be completed and results reviewed by the independent industrial hygienist within 16-hours. 10.4. Site Inspection: While performing asbestos removal work, the Contractor shall be subject to on site inspections by the Government representative, who may be assisted by safety, health, or environmental personnel. If the work is in violation of specification and drawing requirements, the Government representative will issue a stop work order to be in effect immediately and until the violation is resolved. Standby time and expense required to resolve the violation shall be at the Contractor's expense. 11. CLEANUP AND DISPOSAL: 11.1. Cleanup: The industrial hygienist shall certify, in writing, that the concentration of airborne asbestos in the regulated area and the waste container removal system are less than 0.01 fibers (longer than 5-micrometers) per cubic centimeter of air and that there are no visible accumulation of dust. Do not remove the asbestos regulated area enclosure (or roped-off perimeter) and warning signs prior to the Government representative's receipt of the industrial hygienist's certification. The Government representative will visually inspect the affected surfaces for residual asbestos material and accumulated dust before and after the removal of the asbestos regulated area. The Contractor shall re-clean areas showing dust or residual asbestos materials. If re-cleaning is required, monitor the asbestos airborne concentration after re-cleaning. Notify the Government representative before unrestricted entry is permitted. The Government shall have the option to perform independent monitoring to certify the areas are safe before entry is permitted. 11.2. Removal of Asbestos Waste Containers: Asbestos waste containers shall not be removed through the change rooms. The waste containers removal system shall consist of a wash-down station inside the asbestos regulated area, a washroom, and a waste container holding regulated areas. The waste container removal systems shall be a temporary unit constructed to prevent the escape of asbestos fibers from the area. The system shall be physically attached to the asbestos regulated area. Personnel entering the waste container removal system shall wear personal protective equipment. The system shall not be used to enter or exit the work site. Access to outside the waste container removal system shall be sealed except during the removal of asbestos waste containers. Perform cleanup of the waste container removal system as specified herein for enclosed asbestos regulated areas. Do not remove the waste container removal system enclosure and warning signs prior to the Government representative's receipt of the industrial hygienist's cleanup certification. 11.3. Disposal of Asbestos: Once the bags of asbestos containing materials have been removed from the work area, they shall be loaded into an enclosed truck for transportation to a state and federal approved landfill. Waste containers shall be placed on the ground at the disposal site, not pushed or thrown out of enclosed trucks. Procedures for hauling and disposal shall comply with 40 CFR 61, Subpart M, and state standards. Damaged bags shall remain in the covered vehicle and re-bagged prior to removing from the covered vehicle. Workers unloading sealed bags shall wear appropriate respirators and personnel protective equipment when handling asbestos materials at the disposal site as directed by the Certified asbestos supervisor. 12. Required Hazardous Material Specification (OCT 2001) 12.1 In accordance with Air Force Instruction 32-7086 and Holloman AFB Instruction 32-11, ALL material determined to be hazardous as defined by Federal Standard 313, Paragraph 3.2, must be authorized for use via the AF Form 3952 approval process. 12.2 All contractors (construction, services, and suppliers) operating on Holloman AFB will report hazardous material usage to 49 CES/CEV by providing an AF-EMIS Authorization Request Worksheet and MSDS for each hazardous material. The 49 CES/CEV, Building 55, (telephone 572-3931) will determine whether tracking in the AF-EMIS database is applicable. 12.3 The AF-EMIS Authorization Request Worksheet shall be processed/completed through 49 CES/CEV (or designated alternate location) for each material identified as hazardous PRIOR to being brought onto Holloman AFB. Contact 49 CES/CEV five (5) business/working days in advance for support with initiating/completing the AF-EMIS Authorization Worksheet and the AF Form 3952 approval process. 12.4 Any material found on Holloman AFB that has not been approved shall be removed until such time as it is properly approved. 13. WORKING HOURS: Work on this project shall be performed during normal duty hours of [/FONT][FONT=Verdana]7:00 am to 4:00 pm[/FONT][FONT=Verdana] Monday through Friday, excluding Federal Legal Holidays and/or days not worked by the Government in observance of such Federal Legal Holidays. Work shall not be performed at any time other than the normal workweek without obtaining written approval of the Contracting Officer at least seven (7) calendar days in advance. [/FONT]

Forum Timezone: America/New_York

Most Users Ever Online: 429

Currently Online: John
32 Guest(s)

Currently Browsing this Page:
1 Guest(s)

Top Posters:

James: 5298

demobud: 817

Robert Kulinski: 573

1Pyro: 548

autoparter: 534

Member Stats:

Guest Posters: 48

Members: 3037

Moderators: 0

Admins: 2

Forum Stats:

Groups: 4

Forums: 17

Topics: 19252

Posts: 27485

Administrators: JOHN: 7602, John: 6249