The RFP Database
New business relationships start here

Incinerator & Emissions Monitoring


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

*** DRAFT ***

PERFORMANCE WORK STATEMENT (PWS) for
FORT DETRICK INCINERATORS OPACITY & EMISSION MONITORS MAINTENANCE
October 2017


PART 1
GENERAL INFORMATION



1. GENERAL: This is a non-personal services contract to provide scheduled maintenance, remote software support, repairs, emergency repairs and reports for the Hospital Medical Infectious Waste Incinerator (HMIWI) Continuous Emission Monitoring systems (CEMS) and Municipal Waste Combustor (MWC) Continuous Opacity Monitoring Systems (COMS) and CEMS maintenance, calibration, testing and reports. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.


1.1 DESCRIPTION OF SERVICES/INTRODUCTION: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide HMIWI and MWC COMS and CEMS support defined in this Performance Work Statement, except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract.


1.2 BACKGROUND: The U.S. Army Garrison (USAG) Fort Detrick is located in Frederick, Maryland. Air emissions are governed by the U.S. Environmental Protection Agency (USEPA) and Maryland Department of the Environment (MDE). Fort Detrick is located in an ozone non-attainment area, in terms of air quality, and must meet many varied opacity and emissions monitoring and reporting requirements imposed by the EPA and MDE. Fort Detrick's Clean Air Act Title V Part 70 Operating Permit, which was issued on September 1, 2015, requires that the COMS on the two MWCs and the CEMS on the two MWCs and the two HMIWIs be properly maintained, calibrated, evaluated and tested by EPA-certified technicians.


1.3 OBJECTIVES: The objective of this contract is to provide manufacturer specified maintenance and reports and software support to meet the EPA requirements of 40 CFR 62 Subpart JJJ for two Horiba CEMS on two MWCs and two Control Analytics CEMS on two HMIWIs; to provide initial EPA-approved evaluations to meet the requirements of 40 CFR 60, Appendix B, Performance Specification 1 for two DURAG COMS, provide EPA-approved maintenance, calibration and tests to meet the requirements of 40 CFR 60 for the two units; to provide software support; and to provide MWC Horiba CEMS and data acquisition handling system (DAS) modifications to bring the units into compliance.


1.4 SCOPE: The Contractor shall provide scheduled maintenance and repairs, emergency repairs, modifications, remote software support and provide reports for two Horiba CEMS on two MWC stacks and two Control Analytics CEMS on two HMIWI stacks and for two DURAG COMS on two MWC stacks.


1.5 PERIOD OF PERFORMANCE:


The period of performance shall be 12 months with four 12 month option years for MWC CEMS & COMS and HMIWI CEMS services.



1.6 GENERAL INFORMATION


1.6.1 QUALITY CONTROL: The Contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor's QCP is the means by which he/she assures himself/herself that the work performed complies with the requirement of the contract. One copy of the Contractor's QCP shall be submitted with their proposal. Revisions shall be provided to the Contracting Officer (KO) as they occur. The plan shall include an inspection system covering all services to be performed, which will identify any deficiencies or failures in the quality of services. After acceptance of the QCP, the Contractor shall receive the contracting officer's acceptance in writing of any proposed changes and revise the Quality Control Plan accordingly.


1.6.2 QUALITY ASSURANCE: The Government shall evaluate the Contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).


1.6.3 RECOGNIZED HOLIDAYS: The Contractor is not required to perform services on holidays, but must respond within 48 hours.
New Year's Day Labor Day
Martin Luther King Jr.'s Birthday Columbus Day
President's Day Veteran's Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day


1.6.4 HOURS OF OPERATION: The Contractor is responsible for conducting business, between the hours of 8:00 a.m. and 5:00 p.m. Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.6.5 PLACE OF PERFORMANCE: The work to be performed under this contract will be performed at the Government facility, Building 393.
1.6.6 TYPE OF CONTRACT: The Government will award a firm fixed price contract.


1.6.7 SECURITY REQUIREMENTS.


1.6.7.1 Information Security: IAW AR 380-5, Contractor personnel will execute the NDA through their company and not through the sponsoring DA command. Non-U.S. Government personnel, who have been hired under Civil Service procedures as consultants to the Department of the Army, and granted a DA security clearance or access authorization, in accordance with AR 380-67, will follow the same procedure, for execution of the SF 312, as civilian personnel. Classified information will be protected at all times, either by storage in an approved security container, or having it under the personal observation and physical control of an authorized individual.


1.6.7.2 Physical Security: The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured.


1.6.7.3 Gate Access Requirements: IAW Army Directive 2014-05 all personnel desiring unescorted access to Fort Detrick will enter the installation through an authorized Access Control Point (ACP) and be vetted using the National Crime Information Center (NCIC) Interstate Identification Index (III). The Installation Commander will, in the absence of a waiver deny uncleared Contractor, subcontractor and visitors unescorted access to the installation based on the results of the NCIC-III check that contains credible derogatory information. Such derogatory information includes, but is not limited to the following:


• The NCIC III contains criminal arrest information about the individual that causes the installation Commander to determine that individual present a potential threat to the good order, discipline, or health and safety on the installation.


• The Installation is unable to verify the individual's claimed identity in the attempt to gain access.


• The individual has a current arrest warrant in NCIC, regardless of the offense or violation.


• The individual is currently barred from entry or access to a federal installation or facility.


• The individual has been convicted of crimes encompassing sexual assault, armed robbery, rape, child molestation, production or possession of child pornography trafficking in humans, drug possession with the intent to sell or drug distribution.


• The individual has a US conviction for espionage, sabotage, treason, terrorism or murder.


• The individual is a registered sex offender.


• The individual has a felony conviction within the past 10 years, regardless of the offense or violation.


• The individual has been convicted of a felony firearms or explosives violation.


• The individual has engaged in acts or activities designed to overthrow the U.S. Government by force.


• The individual is identified in the Terrorist Screening Database (TSDB) as known to be or suspected of being a terrorist or belonging to an organization with known links to terrorism or support of terrorist activity.


• Individual is barred from Fort Detrick.


1.6.7.3.1 Access Denial Waiver Process: In case where unclear, Contractor/subcontractor is denied access based on derogatory information obtained from an NCIC or NCIC III check, the Installation Commander shall offer an Access Denial Wavier Application packet only if the individual requests a waiver.


1.6.7.4 Access to Secure Facilities: Special requirements are required to gain access to a secure facility including but not limited to being a US Citizen or documented legal resident alien. Access to secure facilities on Fort Detrick requires coordination with the Contracting Officer's Representative. Requests for access must be filed 15 days in advance in order to obtain necessary clearances. The Contractor shall provide all required personal data on personnel requiring access with the application. Upon completion of work the Contractor shall surrender all issued security passes. Final contract payment will be withheld until all passes have been returned. The Contractor is required to work with the Contracting Officer's Representative to meet the individual security requirements for that facility in order to gain access. The normal processing time for access is approximately 14 calendar days from the receipt of a complete vetting form (FD 190-13). Vetting forms must be legible. Incomplete or illegible forms will be returned to the Contractor for resubmission and will delay access to the installation.


1.6.7.5 Key Control: N/A


1.6.7.5.1 Lock Combinations: N/A


1.6.7.6 Anti-terrorism Security Requirements: The Contractor's and all associated subcontractors' employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures (provided by the Government COR). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes.


1.6.7.6.1. Anti-Terrorism Level One Training. All Contractor employees, including subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies. The Contractor shall submit certificates of completion for each affected Contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 15 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://www.detrick.army.mil/ready/iwatch.cfm. If training is required in a non-English language, please contact Fort Detrick ATO at usarmy.detrick.usag.mbx.dptms-antiterrorism@mail.mil. All Contractor employees must complete annual AT Level I awareness training.


1.6.7.6.2. iWatch Awareness Training. The Contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided in this PWS by the Fort Detrick ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report on suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees' commencing performance, with the results reported to the COR no later than 5 calendar days after completion. All training materials can be found at http://www.detrick.army.mil/ready/iwatch.cfm.


1.6.7.7. Operational Security (OPSEC) Requirements. Personal information or information considered critical to the installation's operations released intentionally or unintentionally could have direct consequences for military and Government personnel as well as critical operations. Therefore, the Contractor shall be responsible for safeguarding personal information and information considered critical to Fort Detrick's operations. Per AR 530-1, Operations Security (OPSEC), new Contractor employees must complete Annual OPSEC training within 30 calendar days of reporting for duty. All Contractor employees must complete annual OPSEC awareness training. All Contractor employees shall adhere to USAG Fort Detrick OPSEC policies, regulations, and guidance. OPSEC awareness training is required when working with personal information (social security number, date of birth, etc.) or on Government systems that are considered critical to the installation's operations. Contractor personnel shall not release any personal or operational information to the general public, press, or any other personnel or organizations without prior approval from the USAG Command.


1.6.7.7.1. OPSEC Awareness Training. New Contractor employees and subcontractor employees must complete Level I OPSEC awareness training within 30 calendar days of reporting for duty. All Contractor employees must complete annual OPSEC awareness training. The Contractor shall submit certificates of completion for each affected Contractor employee and subcontractor employee to the COR within 15 calendar days after completion of training by all employees and subcontractor personnel. (http://www.detrick.army.mil/dptms/pdf/OPSECTrainingContractors.pdf)


1.6.7.7.2. Industrial Personnel Security: IAW AR 380-67, AR 380-49 and DOD 5200.2, all contracts, classified, sensitive but unclassified and unclassified are required to contain a security clause.: "IAW Army Regulations 380-67, 380-5 and 380-49, the Contractor shall ensure all personnel performing under this contract have completed a National Agency Check with Local Checks (NACLC) or Unclassified contracts require a NACI and that it contain no unfavorable information and has been completed by Office of Personnel Management and/or adjudicated by Defense Industrial Security Clearance Office (DISCO) prior to the start of the contract. The security requirements must be maintained for the life of the contract, and citizenship will be verified by presenting an original birth certificate or a valid US Passport or the original naturalization Certificate to the USAG Security Office at the time of in processing for all contract personnel assigned to the contract. In order to maintain the security requirements any derogatory information, to include law enforcement issues, mental health issues, or alcohol/drug related issues discovered during the performance of this contract must be reported to the USAG Security Office."


1.6.7.7.3. Information Assurance Requirements. No IA requirements.


1.6.8 SPECIAL QUALIFICATIONS: All original materials, visual aids, software and text developed in performance of the tasks listed herein will be the property of the Government. The Contractor or persons employed by or in any way responsible to the contract in respect to accomplishment of this Performance Work Statement shall make themselves available to respond to technical issues. Technical issues are perceived to be any operational or structural difficulty encountered in explaining results and methodology. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits and for complying with any Federal, State and local laws, codes and regulations applicable to the performance of this work. The Contractor shall perform work to meet requirements of 40 Code of Federal Regulations Part 60, Appendix B, Performance Specification 1.


1.6.9 POST AWARD CONFERENCE/PERIODIC PROGRESS MEETINGS: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the Contracting Officer will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government.


1.6.10 CONTRACTING OFFICER REPRESENTATIVE (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of Government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.


1.6.11 KEY PERSONNEL: The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available as in section 1.6.3 above.


1.6.12 IDENTIFICATION OF CONTRACTOR EMPLOYEES: When Contractor personnel perform the services required in this contract on a Government installation, they are required to possess and wear identification badges that display their individual names and the name of the Company. The Contractor shall ensure that Contractor personnel identify themselves as Contractors when attending meetings, answering Government telephones, providing any type of written correspondence, or working in situations where their actions could be construed as official Government acts. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed.


1.6.13 CONTRACTOR TRAVEL: N/A


1.6.14 OTHER DIRECT COSTS: N/A


1.6.15 DATA RIGHTS: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the Contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.


1.6.16 ORGANIZATIONAL CONFLICT OF INTEREST: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.


1.6.17 PHASE IN/PHASE OUT PERIOD: N/A


1.6.18 SAFETY & HEALTH REQUIREMENTS. Contractor shall provide a Safety and Health Plan 15 days prior to commencement of physical on-site work at Fort Detrick. The Government will review the Contractor's proposed Safety and Health Plan, and the Contractor shall promptly resolve any comments arising from Government review. Upon the contracting officer's determination that the Government's comments (if any) have been satisfactorily resolved, the Government shall approve the Safety and Health Plan in writing, and the approved Safety and Health Plan will be considered part of this contract. Unless approved in writing by the contracting officer, the Contractor shall not commence physical on-site work at Fort Detrick prior to approval of the Safety and Health Plan. At a minimum, the Safety and Health Plan must include the provisions specified in EM 385-1-1 Appendix A, paragraph 3.k for an Abbreviated Accident Prevention Plan.


1.6.19 SUSTAINABLE MATERIALS MANAGEMENT (GREEN PROCUREMENT): Federal Agencies are required to purchase items designated under the U.S. Environmental Protection Agency's (EPA) Comprehensive Procurement Guidelines (CPG) and items designated under the U.S. Department of Agriculture's (USDA) Biopreferred program. The items listed under the CPG contain recycled content and the items listed under the Biopreferred program are biobased. Procurement of the above listed types of sustainable products is required by statute, Executive Order, and/or Federal Acquisition Regulations. EPA's CPG is located at: http://www.epa.gov/epawaste/conserve/tools/cpg/index.htm. USDA's Biopreferred program is located at: http://www.biopreferred.gov/.


1.6.19.1 Executive Order (EO) 13423: (Strengthening Federal Environmental, Energy, and Transportation Management). The Contractor shall assist in compliance with this EO through the:
(a) Use of products with post-consumer recycled content
(b) Use of products that are recyclable
(c) Use of low toxicity or non-toxic products
(d) Use and installation of low-maintenance products


1.6.19.2 Green Procurement: Section 6002 of the Resource Conservation and Recovery Act of 1976 (RCRA) and Executive Order 13101 requires the use of recycled and recovered products identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines.


1.6.19.3 The Contractor shall use these recycled or recovered products unless they cannot be procured within a reasonable period of time; at reasonable prices; or the product(s) do not meet technical or performance standards. EPA Guidelines are the minimum requirement. The Contractor is encouraged to use other materials and products not listed but commonly used in industry. The Contractor shall maintain records and submit an annual report to the Contracting Officer along with the annual certification required by FAR 52.223-9 Certification and Estimate of Percentage of Recovered Material Content for EPA Designated Items upon completion of the basic year and each option year.


 




PART 2
DEFINITIONS & ACRONYMS



2. DEFINITIONS AND ACRONYMS:


2.1. DEFINITIONS:


2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime.


2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government.


2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.


2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement.


2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.


2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.


2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property.


2.1.8. QUALITY ASSURANCE. The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.


2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance.


2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.


2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subcontractor.


2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract.


2.1.13. WORK WEEK. Monday through Friday, unless specified otherwise.


2.2. ACRONYMS:


ACOR Alternate Contracting Officer's Representative
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
AT Antiterrorism
ATO Antiterrorism Officer
CCE Contracting Center of Excellence
CEMS Continuous Emissions Monitoring System
CFR Code of Federal Regulations
COMS Continuous Opacity Monitoring System
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTR Contracting Officer's Technical Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
EPA Environmental Protection Agency
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
HMIWI Hospital Medical Infectious Waste Incinerator
KO Contracting Officer
MDE Maryland Department of the Environment
MWC Municipal Waste Combustor
NACI National Agency Check with Written Inquires
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
OPSEC Operational Security
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
SBU Sensitive But Unclassified
TE Technical Exhibit
UPS Uninterruptible Power Supply
USAG United States Army Garrison

PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES



3. GOVERNMENT FURNISHED ITEMS AND SERVICES:


3.1. SERVICES: N/A


3.2. FACILITIES: N/A


3.3. UTILITIES: N/A


3.4. EQUIPMENT: N/A


3.5. MATERIALS: N/A



.
PART 4
CONTRACTOR FURNISHED ITEMS AND SERVICES



4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:


4.1 GENERAL: The Contractor shall furnish all supplies, equipment, parts, hardware, software and services required to perform work under this contract. All contractor purchased items in performance of this contract shall be retained by the Government.


4.2 MATERIALS: N/A


4.3 EQUIPMENT: N/A



PART 5
SPECIFIC TASKS



5. SPECIFIC TASKS


5.1. Basic Services: The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide scheduled maintenance, remote software support, repairs and reports for the hospital medical infectious waste incinerator (HMIWI) continuous emission monitoring systems (CEMS) and municipal waste combustor (MWC) continuous opacity monitoring systems (COMS) and CEMS maintenance, repairs, calibration, testing and reports.


5.2. Municipal Waste Combustor (MWC).


5.2.1. Continuous Opacity Monitoring System (COMS).


5.2.1.1. Scheduled Maintenance. The Contractor shall perform scheduled maintenance on two opacity monitors and perform annual tests IAW manufacturer instruction manuals and testing in accordance with (IAW) 40 CFR 60 Appendix B, Performance Specification 1 for Continuous Opacity Monitors. Contractor shall notify the COR 15 calendar days prior to performing scheduled maintenance. If a test or any part of a test fails, the contractor shall notify the COR of test failure and provide a written cost estimate as indicated below under paragraph 5.2.3 for the repair and re-test. Contractor shall perform first annual compliance test and off-stack zero service within 30 days of contract start.


5.2.1.2. Software Support. The Contractor shall provide remote telephone software support IAW paragraph 1.6.4 Hours of Operations for the COMS data acquisition system via modem to ensure that the MWC COMS software operates to achieve compliance with 40 CFR 62, Subpart JJJ, IAW 40 CFR 60 Appendix B, Performance Specification 1 for Opacity Monitors.


5.2.2. Continuous Emissions Monitoring System (CEMS).


5.2.2.1 Scheduled Maintenance. Contractor shall perform scheduled maintenance on two Horiba ENDA-E43204 CEMSs on two MWC stacks in accordance with manufacturer specifications and instruction manuals. Contractor shall perform the scheduled maintenance in the second month of each calendar quarter. Any deficiencies, malfunctions, or discrepancies discovered as a result shall be immediately reported to the COR and provide a written cost estimate as indicated below under paragraph 5.2.3 for the repair. After repairs are made, the failed inspection/testing shall be re-performed.


5.2.2.2 CEMView 4.0. Contractor shall provide remote data acquisition system (DAS) technical support IAW paragraph 1.6.4 Hours of Operations through modem access or telephone support. Contractor shall provide software and hardware upgrades as required.


The DAS for the MWC CEMS is a SUPERMICR X11SAE-M computer and monitor with one (1) external hard drive and two (2) internal hard drives which are used for daily backups. This cabinet also contains 2 uninterrupted power supply units, Trip-Lite Model SU1500XL, and an HP LaserJet Printer Model P2035. CEMView 4.0 software acts as an operator interface and records all required data. The point of connection for incoming data to the system is in the two Horiba CEMS. The CEMView 4.0 system retrieves data from the Horiba units and displays data, allowing operators to make changes to parameters, set alarms, and set maintenance functions. The CEMView 4.0 also maintains and displays history for viewing trends and making reports.


5.2.3. Repairs. The Contractor shall provide the COR a written cost estimate to repair all mechanical, electrical, control, software and hardware deficiencies. The written repair cost estimate shall include: the total cost of repair broken down by material and labor, and provide the estimated completion date. The Contractor must notify the COR before starting repair work, fabrication of any component, or ordering any materials or equipment related to the repair. Fabricated components must meet manufacturer specifications.


5.2.4. Reports.


5.2.4.1. Contractor shall submit reports to the COR no later than the 15th day after performed scheduled maintenance or test. Reports shall be formatted in accordance with Technical Exhibit 4 and shall be prepared IAW 40 CFRs 60 and 62.


5.2.4.2. Semiannual MWC Reports for MDE. Using the MWC data acquisition system, prepare the semiannual reports per the current Title V Part 70 Permit and provide to the COR within 20 days after each semiannual period. The COR will review the reports, sign and submit to MDE. Reports shall be formatted in accordance with Technical Exhibit 4 and shall be prepared IAW 40 CFRs 60 and 62.


5.2.4.3. Annual Off-Stack Zero and Compliance Test Report. Contractor shall provide an annual stack report in accordance with the Fort Detrick's Clean Air Act Title V Part 70 Operating Permit.


5.2.4.4. Repeat Test Reports. Contractor shall provide a repeat test reports in accordance with the Fort Detrick's Clean Air Act Title V Part 70 Operating Permit.


5.2.5. Emergency repairs. The Contractor shall respond within 24 hours upon notification by the COR. The Contractor shall provide a written repair cost estimate to the COR. The written repair cost estimate shall include: the total cost of repair broken down by material and labor and provide the estimated completion date. The Contractor must notify the COR before starting repair work, fabrication of any component, or ordering any materials or equipment related to the repair. Fabricated components must meet manufacturer specifications.


5.3. Hospital Medical Infectious Waste Incinerators (HMIWI) CEMS.


5.3.1. Scheduled Maintenance. Contractor shall perform scheduled maintenance on two Control Analytics CEMSs on two HMIWI stacks in accordance with manufacturer specifications and instruction manuals. Specifically, note that the CO and O2 analyzers must be inspected for repair every 6 months. Contractor shall provide a yearly schedule for COR approval prior to contract start date and every year thereafter. Any deviation to the schedule must be approved by both the contractor and COR. Any deficiencies, malfunctions, or discrepancies discovered as a result shall be immediately reported to the COR by written report for determination of repair procedure. All defects found shall be corrected by the Contractor under the provisions of Paragraph 5.3.5. After repairs are made, the failed inspection/testing shall be re-performed.


5.3.2 Data Acquisition Hardware System (DAHS) Software Support. Contractor shall provide remote data acquisition system (DAS) technical support IAW paragraph 1.6.4 Hours of Operations through modem access or telephone support. Contractor shall provide software and hardware upgrades as required.


The data acquisition system (DAS) for the HMIWI CEMS is a Dell PowerEdge R320 server with an external hard drive backup and three APC Smart UPS X3000 rack-mounted uninterruptible power supplies to provide continuous power to the CEMS equipment and DAS. An HP printer, model LaserJet P1102W is also available for printing documents. The point of connection for incoming data to the system is in the two Control Analytics CEMS. The DAHS retrieves data from the Control Analytics CEMS and displays data, allowing operators to make changes, set parameters, set alarms, and set maintenance functions. The DAHS also maintains and displays history for viewing trends and making reports.


5.3.3. Repairs. The Contractor shall provide the COR a written cost estimate to repair all mechanical, electrical, control, software and hardware deficiencies. The written repair cost estimate shall include: the total cost of repair broken down by materials and labor, and provide the estimated completion date. The Contractor must notify the COR before starting repair work, fabrication of any component, or ordering any materials or equipment related to the repair. Fabricated components must meet manufacturer specifications.


5.3.4. Reports.


5.3.4.1. Contractor shall submit reports to the COR no later than the 15th day after performed scheduled maintenance or test. Reports shall be formatted in accordance with Technical Exhibit 4 and shall be prepared IAW 40 CFRs 60 and 62.


5.3.4.2. Semiannual HMIWI Reports for MDE. Using the HMIWI data acquisition system, prepare the semiannual reports per the current Title V Part 70 Permit and provide to the COR within 20 days after each semiannual period. The COR will review the reports, sign and submit to MDE. Reports shall be formatted in accordance with Technical Exhibit 4 and shall be prepared IAW 40 CFRs 60 and 62.


5.3.5. Emergency repairs. The Contractor shall respond within 24 hours upon notification by the COR. The Contractor shall provide a written repair cost estimate to the COR. The written repair cost estimate shall include: the total cost of repair broken down by material and labor and provide the estimated completion date. The Contractor must notify the COR before starting repair work, fabrication of any component, or ordering any materials or equipment related to the repair. Fabricated components must meet manufacturer specifications.


5.5. CONTRACTOR MANAGEMENT REPORTING (CMR): The Contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Fort Detrick U.S. Army Garrison via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.


The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement.


Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported anytime during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2017. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/.



PART 6
APPLICABLE PUBLICATIONS



6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): The Contractor must abide by all applicable regulations, publications, forms, manuals, and local policies and procedures, to include:


6.1. STANDARD FORMS


FORM NUMBER FORM NAME LINK / LOCATION
FD 190-13 Fort Detrick Non-DOD and Non-Federal Employee Visitor's Vetting Form Fort Detrick Visitor's Center
SF 312 Classified Information Nondisclosure Agreement SF 312, Classified Information Nondisclosure Agreement



6.2. REGULATIONS, PUBLICATIONS, MANUALS, AND LOCAL POLICIES & PROCEDURES


REFERENCE MANDATORY /
ADVISORY LINK OR PRINT
AR 530-1, Operations Security (OPSEC) Mandatory AR 530-1, Operations Security


COE EM-385-1-1 Safety and Health Requirements Manual Mandatory EM 385-1-1 Safety and Health


AR 380-5, Security Mandatory AR 380-5, Security


AR 380-67, Personnel Security Program Mandatory AR 380-67, Personnel Security Program


FAR Subpart 9.5 Mandatory FAR Subpart 9.5


40 CFR 60 Appendix B Performance Specification 1 Mandatory https://www.gpo.gov.fdsys/


40 CFR 62 Subpart JJJ Mandatory https://www.gpo.gov.fdsys/


40 CFR 60 Subpart JJJ Mandatory https://www.gpo.gov.fdsys/



Purchasing of any certifications or documentation for the accomplishment of the tasks in the PWS is at the expense of the Contractor.




PART 7
TECHNICAL EXHIBIT LISTING



7. TECHNICAL EXHIBIT LIST


7.1. TECHNICAL EXHIBIT 1 - Performance Requirements Summary


7.2. TECHNICAL EXHIBIT 2 - Deliverables Schedule


7.3. TECHNICAL EXHIBIT 3 - Estimated Workload Data


7.4. TECHNICAL EXHIBIT 4 - Sample Reports


7.5. TECHNICAL EXHIBIT 5-Fort Detrick Title V Part 70 Operating Permit




TECHNICAL EXHIBIT 1


Performance Requirements Summary


The Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.



Performance Objective
Standard Performance Threshold Incentive/
Disincentive


PRS # 1.
5.2.1.1., 5.2.2.1., 5.3.1, Scheduled Maintenance. Contractor shall perform scheduled maintenance in accordance with manufacturer specifications and instruction manuals. 100% Compliance Negative performance review
PRS # 2
5.2.1.2., 5.2.2.2., 5.3.2, Software Support. The Contractor shall provide software support IAW paragraph 1.6.4 Hours of Operation. 95% Compliance Negative performance review
PRS # 3
5.2.3, 5.3.3, Repairs. The Contractor shall repair all mechanical / electrical / control / hardware deficiencies. 100% Compliance Negative performance review
PRS # 4
5.2.4, 5.3.4, Reports. Contractor shall submit reports to the COR no later than the required dates. 100% Compliance Negative performance review


 


 


 


 


 


 


 


 


 


 


 


 


 



TECHNICAL EXHIBIT 2


Deliverables Schedule



Deliverable Frequency # of Copies Medium/Format Submit To
1.6.7.4 Vetting Form 190-13 15 Days in advance of need 2 Copies
Emailed attached Fort Detrick Form 190-13, March 2010 COR
1.6.7.6.1 Anti-Terrorism Level One Training Certificates Within 15 calendar days upon completion 1 Copy Emailed attached MS Word or Adobe pdf COR
1.6.7.7.1 OPSEC Awareness Training Certificates Within 15 calendar days upon completion 1 Copy Emailed attached MS Word or Adobe pdf COR
1.6.11 Key Contract Personnel List One time at contract start date 1 Copy Emailed attached MS Word or Adobe pdf COR
1.6.18 Safety & Health Requirements Plan 15 Days prior to commencement of work 1 Copy Emailed attached MS Word or Adobe pdf COR



1.6.19.3 Green Procurement Annual Certification Report Due by 31 October 2017 and each year thereafter 1 Copy Emailed attached MS Word or Adobe pdf COR
5.2.4., 5.3.4, Reports Due by dates in sections 5.2.4 and 5.3.4. 1 Copy Emailed attached MS Word or Adobe pdf COR
5.2.3 5.3.3, Repair Cost Estimate Within 48 hours of on-site inspection 1 Copy Emailed attached MS Word or Adobe pdf COR
5.2.5, 5.3.5, Emergency Repairs Deficiency Report Immediately upon discovery 1 Copy Emailed attached MS Word or Adobe pdf COR
5.5 CMRA Data Due by 31 October 2017 and each year thereafter 1 Copy Enter data on website: ecmra.army.mil CMRA website and notify COR via email


 


 


 


 


 


 


 


 


 


 


 


TECHNICAL EXHIBIT 3
Estimated Workload Data


ITEM
NAME ESTIMATED QUANTITY
1 5.2.1.1. and 5.2.4 MWC COMS Scheduled Maintenance and Reports < 1 event/year
2 5.2.3 MWC COMS Repairs < 4 events/year
3 5.2.1.2. MWC COMS Software Support < 1 event/year
4 5.2.2.1. and 5.2.4 MWC CEMS Scheduled Maintenance and Reports < 2 events/year
5 5.2.3 MWC CEMS Repairs < 3 events/year
6 5.2.2.2. MWC CEMS Software Support < 1 event/year


7 5.3.1 and 5.3.4. HMIWI CEMS Scheduled Maintenance and Reports < 4 events/year
8 5.3.3 HMIWI CEMS Repairs < 3 events/year
9 5.3.2 HMIWI CEMS Software Support NO DATA


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


TECHNICAL EXHIBIT 4
SAMPLE MWC AND HMIWI CEMS REPORT










 


 


 


 


 


 


 


 


 


 


 


TECHNICAL EXHIBIT 4
SAMPLE SEMIANNUAL MWC COMS REPORT


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


TECHNICAL EXHIBIT 4


SAMPLE SEMIANNUAL MWC REPORT


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 



FORT DETRICK
MWC SEMIANNUAL REPORT
1 January - 31 December 2015



Following is the calendar-year summary of the programmed operating parameters and the highest maximum operating parameters recorded for the two units:


Table A
Surrogate Indicator (Operating Parameter) Related Pollutant Unit B1 Unit B4
Jan-Dec 2015
Limits Min/Max Jan-Dec 2015
Limits Min/Max
Minimum rotary atomizing scrubber liquor pH HCL 6.5 7.02 6.5 6.62
Minimum rotary atomizer scrubber pump flow rate or rotary atomizing scrubber amperage All 129 pollutants, except CO, NOx, and SO2 48.5 amps 50.1 amps 49.5 amps 50.7 amps
Maximum rotary atomizing scrubber inlet temperature Dioxin/furans and mercury 147 F 123 F 147 F 131 F
Maximum activated carbon adsorption system inlet temperature Dioxin/furans and mercury 170 F 148 F 172 F 157 F
Maximum activated carbon adsorption system exhaust temperature Dioxin/furans and mercury 155 F 159 F a 155 F 162 F b
Maximum activated carbon adsorption system differential pressure Dioxin/furans and mercury 2.0 in WC 1.2 in WC 1.9 in WC 1.7 in WC
Maximum pre-filter differential pressure Dioxin/furans, PM, lead, cadmium, and mercury Replace Filters Daily Replace Filters Daily
Maximum post-filter differential pressure Dioxin/furans, PM, lead, cadmium, and mercury 1.27 in WC .76 in WC 1.08 in WC .94 in WC
Maximum demonstrated load of the MWC unit All 129 pollutants 7875 lb/hr 7484 lb/hr 7875 lb/hr 6342 lb/hr
Limits of Operation
Maximum opacity (%) 10 8.3 10 10.5 c
Maximum SO2 concentration (ppm) 77 5.8 77 8.4
Maximum CO concentration (ppm) 50 <50 50 106 d


 


During the January 1 through December 31, 2015, reporting period, Unit 1 operated for 108 days and Unit 4 operated for 154 days. The waste burned in Unit 1 totaled 1,556,043 pounds, and the waste burned in Unit 4 totaled 2,342,574 pounds. No medical waste was incinerated in these units during this period. There was no use of the bypass stack during the 2015 calendar year. The only data excluded from the Data Acquisition System (DAS) for inclusion in operational data is startup, shutdown, maintenance and calibration data.


A Relative Accuracy Test was performed on this Continuous Emission Monitoring System (CEMs) and was completed on September 9&10, 2015. Steam flow meters were inspected and calibrated, Steam Flow Meters were calibrated during the month of September.

During this reporting period, the data acquisition system was operational for 99.9% of the time.


Carbon was replaced in the MWC Carbon beds as follows:
On June 18, 2015, the #1 carbon bed had both walls empty and filled with new carbon pellets of the same brand and model as the type used during stack testing. The walls were filled with 3,251 pounds of Norit RB40M carbon pellets.
On May 21, 2015, the #4 carbon bed had both walls empty and filled with new carbon pellets of the same brand and model as the type used during stack testing. The walls were filled with 3,410 pounds of Norit RB40M carbon pellets.


a During this period, 2 incidents were recorded of #1 stack temperature above the limit. The highest occurrence was 159 F, and one at 156 F. The highest recorded temperature occurred on July 9, 2015, at 1600 hrs. The other also occurred in July during periods of high ambient temperatures.


b During this period, 23 incidents were recorded of #4 stack temperature above the limit. The highest occurrence was 162 F, all incidents occurred in Jul-Sep during high ambient outside temperatures. Please note that this same parameter was recorded during stack testing as being in excess of the mandatory limit. Maybe this limit could become a surrogate limit that is set by the stack testing parameters?


c During this period, 1 incident was recorded of #4 opacity above the limit. This incident occurred on July 24, 2015, and lasted less than 6 minutes at 1018 hrs, while the operator was switching controls from manual to automatic on the flameport air modulator. The next highest recorded opacity for this unit is 7.7 on the Ringlemann scale.


d During this period, 1 incident was recorded of CO being over the limit and not attributed to startup or shutdown. On February 11, 2015, the secondary thermocouple failed causing the chamber to overheat and the burner to shut down. The operator made immediate repairs to replace the failed T/C, the CEMs recorded the incident as a high CO event over the 4 hour average from 2000 to 0000 hrs. No other limits were exceeded during this event.



§62.15340 What must I include in the annual report?


The owner/operator shall maintain the following:


(a) The results of the annual stack test, using appropriate units, for eight pollutants or parameters, as recorded under §62.15300(a):
(1) Dioxins/furans.
(2) Cadmium.
(3) Lead.
(4) Mercury.
(5) Opacity.
(6) Particulate matter.
(7) Hydrogen chloride.
(8) Fugitive ash.


Stack test report sent separately.


(b) A list of the highest average emission levels recorded, in the appropriate units. List these values for five pollutants or parameters:
(1) Sulfur dioxide emissions.
(2) (not applicable)
(3) Carbon monoxide emissions.
(4) Load level of the municipal waste combustion unit.
(5) Temperature[s] of the flue gases at the inlet [s] of the particulate matter air pollution control device[s] (4-hour block average).
(c) The highest 6-minute opacity level measured. Base this value on all 6-minute average opacity levels recorded by your continuous opacity monitoring system (§62.15305(a)(1)).


 


(d) [Revised.] For MWC units that use a rotary atomizing scrubber and fixed bed activated carbon adsorption bed for controlling dioxins/furans and mercury emissions, include the following records:


(1) The 4-hour block averages of each of the §62.15145(c) operating parameters during the most recent dioxins/furans and mercury tests demonstrating compliance;
(2) The lowest or highest 4-hour block averages, as applicable, recorded during the year for the for each §62.15145(c) operating parameter;
(3) Dates when the activated carbon is replaced, the amount replaced, and the MWC operating hours since the last replacement;
(4) The total amount of activated carbon purchased and delivered to the facility during the previous calendar year;
(5) Changes to the activated carbon specifications and vendor;
(6) Changes to the pre-filter and post-filter specifications and vendor(s); and
(7) The total number of days that the minimum number of data hours, as stipulated under §62.15280, were not obtained for each §62.15145(c) operating parameter. Include the reason that the data were not obtained and discuss corrective actions taken to obtain it.
(8) The maximum and minimum operating parameter limits for all §62.15145(c) parameters determined during the most recent compliance test demonstrating compliance.


See Table A.


(e) The total number of days that you did not obtain the minimum number of hours of data for six pollutants or parameters. Include the reasons you did not obtain the data and corrective actions that you have taken to obtain the data in the future. Include data on:
(1) Sulfur dioxide emissions.
(2) (not applicable).
(3) Carbon monoxide emissions.
(4) Load level of the municipal waste combustion unit.
(5) Temperature[s] of the flue gases at the inlet of the particulate matter air pollution control device [s].
(6) Carbon feed rate [not applicable].


Continuous data was obtained throughout the 2015 calendar year without any loss time recorded.


(f) The number of hours you have excluded data from the calculation of average levels (include the reasons for excluding it). Include data for six pollutants or parameters:
(1) Sulfur dioxide emissions.
(2) (not applicable).
(3) Carbon monoxide emissions.
(4) Load level of the municipal waste combustion unit.
(5) Temperature[s] of the flue gases at the inlet[s] of the particulate matter air pollution control device[s].
(6) Carbon feed rate [not applicable].


(f)(1) all data included in calculations
(f)(3) 16 hours excluded from calculations on #1 for shutdown, 164 hours excluded from calculations on #1 for startup, and 0 hours excluded from calculations for malfunction. 84 hours excluded from calculations on #4 for shutdown, 220 hours excluded from calculations on #4 for startup, and 8 hours excluded from calculations for malfunction.
(f)(4) all data included in calculations
(f)(5) all data included in calculations


(7) The following additional items were added to the requirements of §62.15340(f) by the Department [Authority: COMAR 26.11.03.06C]:
(i) The pH of the rotary atomizing scrubber solution;
(ii) The rotary atomizing scrubber pump flow rate (or rotary atomizing scrubber amperage);
(iii) The rotary atomizer scrubber inlet temperature;
(iv) The carbon adsorption system exhausts temperature; and
(v) The carbon adsorption system differential pressure (i.e., inches water column).
(vi) The pre-filter differential pressure (inch water column); and
(vii) The post-filter differential pressure (inch water column).


See Table A.


(g) A notice of your intent to begin a reduced stack testing schedule for dioxins/furans emissions during the following calendar year if you are eligible for alternative scheduling (§62.15250(a) or (b).


(h) A notice of your intent to begin a reduced stack testing schedule for other pollutants during the following calendar year if you are eligible for alternative scheduling (§62.15250(a)).


Both Fort Detrick Municipal Waste Combustors have passed all aspects of the required stack test for pollutants as listed 40 CFR Part 62 (Subpart JJJ) for three consecutive years. We will issue a notice of intent to follow the allowable standard for monitoring pollutants and setting surrogate limits of compliance once every three years. We would like to tentatively schedule our next stack test to be sometime in September, 2017.


(i) A summary of any emission or parameter level that did not meet the limits specified in [Subpart JJJ].


See Table A with footnotes for details.


(j) A summary of the data in paragraphs (a) through (d) of this section from the year preceding the reporting year. This summary gives the Administrator a summary of the performance of the municipal waste combustion unit over a 2-year period.


See Table A with footnotes for details.


(k) If you choose to monitor carbon dioxide instead of oxygen as a diluent gas, documentation of the relationship between oxygen and carbon dioxide, as specified in §62.15200.


Oxygen is monitored and used as the diluent gas for purposes of stack test reporting and correcting raw data.


I. See Table "A", training, section 4.7.6a I.


All operators of the MWC units were given annual refresher training on March 21, 2015. All operators passed the exam with satisfactory scores.


J. Prior to combusting any amount of hospital, medical/infectious waste (HMIW) in the MWC units, the Permittee shall [Authority: 40 CFR 60 Subpart Ec, §60.50c(c)]


Notify the EPA Administrator and the Department of an exemption claim; and


Provides an estimate of the relative amounts of hospital waste, medical/infectious waste, and other fuels and wastes to be combusted.


No hospital, medical/infectious waste is combusted in these units. All HMIW is combusted in the existing Fort Detrick HMIWI units.


K. A person subject to [regulation COMAR 26.11.09.08] shall maintain annual fuel use records on site for not less than 3 years, and make these records available to the Department upon request [Authority: COMAR 26.11.09.08K(3)].


Records of fuel consumption are kept by the Fort Detrick Fuel Master and are available at request.


§62.15340 What must I include in the annual report? Summarize data collected for all pollutants and parameters regulated under [Subpart JJJ]. Your summary must include 12 items:
Item 12 is:


§62.15340 (l) Documentation of periods when all certified chief facility operators and certified shift supervisors are offsite for more than 12 hours.


Either a certified chief facility operator or a certified shift supervisor are on-site at all times during charging of incinerators.



Notes from 2014



a During this period, 4 incidents were recorded of #4 stack temperature above the limit. The highest occurrence was 159 F, two at 157 F, and one at 156 F. The highest recorded temperature occurred on April 30, 2014, at 2000 hrs. During this 4 hour period the cooling tower pump was shutdown to clean the strainer basket, the absence of the cooling water caused the temperature to rise, because the temperature was already above the limit this was required to restore cooling to the operation. No waste was charged while this was being done. The other three occurred in June during periods of high ambient temperatures.


b During this period, 1 incident was recorded of #1 carbon adsorption system differential pressure above the limit. On September 11, 2014, at 1600 hrs, when this reading was recorded, the unit was being stack tested at the time and is exempted from this limit. The unit operated within limits once testing was completed. The next highest reading recorded is 1.3 in WC


c During this period, 1 incident was recorded of #4 carbon adsorption system differential pressure above the limit. On March 18, 2014, at 0000 hrs, when this reading was recorded, the unit was in burndown at this time. The unit was operated until the next morning and shutdown for cleaning. The next highest reading recorded is 1.47 in WC


d During this period, 1 incident was recorded of #1 opacity above the limit. This incident occurred on December 18, 2014 and lasted less than 6 minutes during the first hour of startup of the equipment (07:54 am), the following 0835 hrs calibration recorded dirty lens alarm and zero was offset by 5.9 %. Cleaned lens and recalibrated COM. The next highest recorded opacity for this unit is 7.8 on the Ringlemann scale.


e During this period, 1 incident was recorded of #4 opacity above the limit. This incident occurred on May 22, 2014, and lasted less than 6 minutes at the immediate start up of the equipment (06:42 am). The next highest recorded opacity for this unit is 6.0 on the Ringlemann scale.


f During this period, 1 incident was recorded where CO was above the limit. The incident occurred on February 21, 2014, and is reported for the 4 hour average from 16:00 to 20:00. During this time period the steam control valve which feeds the reheater failed and caused the unit to shutdown. Repeated attempts to startup were unsuccessful. Controller was cleaned, and reset and unit was successfully restarted. The operators log shows the unit was down from 17:30 until 19:45, the CEMs counted the entire 4 hours as process on. The unit performed normally after repairs, and no more problems were identified.


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 



TECHNICAL EXHIBIT 4


SAMPLE SEMIANNUAL HMIWI REPORT


 


 


 


 


 


 


 


 


 


 


 


 


 


 


    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP