The RFP Database
New business relationships start here

Maintenance and Calibration of Hazardous Waste Tank System


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

COMBINED SYNOPSIS/SOLICITATION
W91ZLK-18-T-0011
MAINTENANCE AND CALIBRATION OF HAZARDOUS WASTE TANK SYSTEM

This 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-96. The solicitation number for this request for proposal (RFP) is W91ZLK-18-T-0011.


This requirement is under the associated North American Industry Classification System (NAICS) Code 562910, Environmental Remediation Services and the Small Business Size Standard 750 employees. The Government contemplates award of a Firm-Fixed Priced contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following services.


The objective of this requirement is to provide Edgewood Chemical and Biological Center (ECBC) with regular and on-call maintenance services for the hazardous waste storage system at the Chemical Transfer Facility (CTF). The existing system contains the following:


a. Sump tank Room 27-700 gallon capacity-Collects detoxified waste. Discharged to Neutralization system
b. Neutralization System
i. Two-1,450 gallon sodium hydroxide storage tanks
ii. One-500 gallon Sulfuric acid tank
iii. One-1,800 gallon receiving tank
iv. One-500 gallon reaction tank
v. Two-1,800 gallon final holding tanks
c. pH probes for each-sump tank, reactor tank, and both final hold tanks



52.212-1 Instruction to Offerors Commercial Items


This clause applies in its entirety and there are currently no addenda to the provision.
Proposals shall be submitted in two (2) separate volumes:
Volume I: Calibration and Maintenance Hazardous Waste Tank System W91ZLK-18-T-0011 PRICE Proposal
Volume II: Calibration and Maintenance Hazardous Waste Tank System W91ZLK-18-T-0011TECHNICAL Proposal


ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:
W91ZLK-18-T-0011 PROPOSAL FROM (INSERT COMPANY NAME)


Proposal Format:
Volume I: Detailed Price Proposal to include the following elements:
1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension.



2. INCLUDE ALL Information Below:
BASE YEAR
Item 0001: The Contractor shall provide on-call repair services, semi-annual preventative maintenance and calibration, and on-call troubleshooting services for its Hazardous Waste Tank System in accordance with the Statement of Work.


QTY: 1 Unit Cost: JOB FFP:


Item 0002: ACOUNTING FOR CONTRACT SERVICES


QTY: 1 Unit of Issue: JOB Total Price: Not separately priced


The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract.
Price Restraint: NSP


OPTION YEAR ONE
Item 1001: The Contractor shall provide on-call repair services, semi-annual preventative maintenance and calibration, and on-call troubleshooting services for its Hazardous Waste Tank System in accordance with the Statement of Work.


QTY: 1 Unit Cost: JOB FFP:


Item 1002: ACOUNTING FOR CONTRACT SERVICES


QTY: 1 Unit of Issue: JOB Total Price: Not separately priced


The Contractor shall provide on-call repair services, semi-annual preventative maintenance and calibration, and on-call troubleshooting services for its Hazardous Waste Tank System in accordance with the Statement of Work.
Price Restraint: NSP


OPTION YEAR TWO
Item 2001: The Contractor shall provide on-call repair services, semi-annual preventative maintenance and calibration, and on-call troubleshooting services for its Hazardous Waste Tank System in accordance with the Statement of Work.


QTY: 1 Unit Cost: JOB FFP:


Item 2002: ACOUNTING FOR CONTRACT SERVICES


QTY: 1 Unit of Issue: JOB Total Price: Not separately priced


The Contractor shall provide on-call repair services, semi-annual preventative maintenance and calibration, and on-call troubleshooting services for its Hazardous Waste Tank System in accordance with the Statement of Work.
Price Restraint: NSP


OPTION YEAR THREE
Item 3001: The Contractor shall provide on-call repair services, semi-annual preventative maintenance and calibration, and on-call troubleshooting services for its Hazardous Waste Tank System in accordance with the Statement of Work.


QTY: 1 Unit Cost: JOB FFP:


Item 3002: ACOUNTING FOR CONTRACT SERVICES


QTY: 1 Unit of Issue: JOB Total Price: Not separately priced


The Contractor shall provide on-call repair services, semi-annual preventative maintenance and calibration, and on-call troubleshooting services for its Hazardous Waste Tank System in accordance with the Statement of Work.
Price Restraint: NSP



Volume II: Detail Technical Proposal to include the following elements:
1. Technical Capability - The Offeror shall provide its understanding of the PWS and provide a detailed discussion of how the contract would be executed to meet the PWS requirements. The narrative shall demonstrate the Offeror's knowledge of regulations related to the PWS. The Offeror shall use specific examples of previously satisfactorily completed work to demonstrate experience with similar work. An Acceptable rating will be given to Offerors that adequately address the methods and approach for performing the work.
2. Proposals shall NOT indicate offerors business name, location or any other corporate information except on PAGE 1 of the proposal listed only as the cover page. NO additional distinguishing information shall be incorporated in the proposal submission. Non-compliant submission will not be considered for technical evaluation.


52.212-2, Evaluation Commercial Items


The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.
52.212-3 Offeror Representations and Certifications -- Commercial Items.
All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered.
Vendors may register with SAM by going to www.sam.gov.
52.212-4 Contract Terms and Conditions Commercial Items
This clause applies in its entirety and there are currently no addenda to the provision.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.
This clause applies, and the following clauses are incorporated by reference.
The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil:
52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).
52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332).
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).


Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.


52.217-8 Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires.

All questions must be submitted via email to amy.c.dubree2.civ@mail.mil AND sherry.l.compton.civ@mail.mil by 9 January 2018, 10:00 a.m. EST. SUBJECT LINE: W91ZLK-18-T-0011 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO.
NO TELEPHONE INQUIRES WILL BE HONORED.
Quotations must be signed, dated, and received by 17 January 2018, 3:00 p.m. EST via email to amy.c.dubree2.civ@mail.mil AND sherry.l.compton.civ@mail.mil
NO TELEPHONE INQUIRIES WILL BE HONORED.


• All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors
may register with SAM online for free at www.sam.gov.


• The Government reserves the right to cancel the referenced solicitation if deemed to be in its best
interest.


 




EVALUATION & BASIS FOR AWARD
Basis for Award: The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, Contractor must achieve technically acceptable rating on all technical factors to be considered technically acceptable.
Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following:
a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or
b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price or unattainable in terms of technical or schedule commitments: or
c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or
d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions.
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil




PERFORMANCE WORK STATEMENT
Preventative & On-Call Maintenance of Hazardous Waste Storage System at the Chemical Transfer Facility


1.0 SCOPE. The Chemical Transfer Facility (CTF) at Aberdeen Proving Ground (APG), Maryland, Building E3832, requires on-call repair services, semi-annual preventative maintenance and calibration, and on-call troubleshooting services for its Hazardous Waste Tank System.


1.1 Background. Building E3832 is a single story building. The main tank system is located outside the perimeter of the main building of the CTF. There is one sump tank that is located below ground level behind a locked door in the main hallway of the CTF. The CTF is permitted by the Maryland Department of the Environment (MDE) to treat and store hazardous waste on site. Due to this permit the hazardous waste storage system requires constant monitoring to assure systems are enclosed and waste meets specific criteria regulated by the MDE. The existing system contains the following:


a. Sump tank Room 27-700 gallon capacity-Collects detoxified waste. Discharged to Neutralization system
b. Neutralization System
i. Two-1,450 gallon sodium hydroxide storage tanks
ii. One-500 gallon Sulfuric acid tank
iii. One-1,800 gallon receiving tank
iv. One-500 gallon reaction tank
v. Two-1,800 gallon final holding tanks
c. pH probes for each-sump tank, reactor tank, and both final hold tanks


1.2 Objective. The objective of this requirement is to provide ECBC with regular and on-call maintenance services for the hazardous waste storage system at the CTF.


2.0 APPLICABLE DOCUMENTS.


2.1 Maryland Department of the Environment Controlled Hazardous Substance Permit A-190.


3.0 REQUIREMENTS. The contractor shall provide operations and maintenance (O&M) services and semi-annual preventative maintenance (PM) and calibration services. In addition to semi-annual PM on the facility's instrumentation (pH meters and level transducers), the contractor shall provide on-call O&M services to the Army for adjustment, repairs, enhancements or modifications to the system as requested by the Operator, to assure continued operation in accordance with the MDE operating permit. The Government will make available to the contractor applicable design documents, electrical schematics, instrumentation manuals, and standard operating procedures (SOPs).


The contractor shall conduct complete semi-annual calibration and preventative maintenance on all existing pH probes and level transducers of the hazardous waste storage tank system within Building E3832. Thorough PM of all instrumentation is expected to be completed within a one (1) day period during each semi-annual Preventative Maintenance event.


The contractor shall provide on-call operations and maintenance assistance as requested by the Facility Operator to maintain the hazardous waste process control system in a safe manner and within the operating parameters dictated by the MDE permit. Repairs expected to cost more than $2,500 require approval of the COR. The contractor shall respond to on-call requirements within 48 hours. These services shall include, but are not limited to:
• Adjustment and re-calibration of pH and level control probes outside of regular semi-annual maintenance.
• Inspection, evaluation and recommendations for repairs to hazardous waste process tanks and piping components.
• Diagnostic troubleshooting, operational assistance and technical support with hazardous waste process control system mechanical equipment and controls.
• Maintenance of PLC programming and data-logging functions in accordance with the facility's permit.
• Operator-requested modifications or enhancements to hazardous waste process control system.


The contractor shall provide "bench stock" replacements (two each) for the tank level transducers and pH probes, to facilitate timely repairs to the system as necessitated by device failures common in process control applications. As these spare parts are installed at the facility, new spares shall be ordered to replenish bench stock. Approximately 2 tank level transducers and 2 pH probes need to be replaced each year.


Services shall be performed on-site at APG within regular business hours. The warranty for the preventative maintenance service is 30 days. The warranty for parts is from 90 days to 1 year, depending on the manufacturer. Detailed documentation shall be provided regarding the warranty on each part during the preventative maintenance service. Business hours are 0800-1600, Monday through Friday, excluding federal holidays. Notification of at least 30 calendar days prior to semi-annual service shall be made to the government.


4.0 GOVERNMENT CONTRACTING OFFICER'S REPRESENTATIVE (COR).


COR - To be completed at purchase order award
(Name
Office
Address
Telephone
Email)


5.0 PERIOD OF PERFORMANCE. Period of performance for this effort shall be 1 year, with 2 option years.


6.0 PLACE OF PERFORMANCE. Aberdeen Proving Ground, MD in the vicinity of building E3832.


7.0 SAFETY CONSIDERATIONS. Contractor employees shall comply with the Army Safety Program (AR 385-10) and all applicable Occupational Safety and Health Standards.


8.0 SECURITY CONSIDERATIONS. Contractor personnel will be required to check in at security checkpoint of Aberdeen Proving Ground, Edgewood Area. Contractors shall provide photo ID, and be prepared to have their vehicles searched. Contractor personnel will be issued a Visitor's Badge at the facility and be accompanied by a Government escort at all times. (The contractor shall not be required to: have access to classified material; to generate classified material; or to store classified material at the contractor's or government facility or whether access to the RDECOM Local Area Network is required.)


Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) 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.


9.0 CONTRACTOR MANPOWER REPORTING APPLICATION. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Accounting for Contract Services via a secure data collection site. The contractor is required to fill in all required data fields completely using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services.
Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), this runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website.


Amy DuBree, Phone 4438614743, Email amy.c.dubree2.civ@mail.mil - Sherry L. Compton, Contracting Officer, Email sherry.l.compton.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP