PERFORMANCE WORK STATEMENT. a. This contract is referred to as the “DLA AFFF East” contract. Contractor work will consist largely of the removal, transportation, treatment and disposal of Aqueous Film-Forming Foam (AFFF) related wastes, characterized as non-hazardous, non-RCRA waste at the time of award of this contract. The Government may also order the delivery of 275-gallon Intermediate Bulk Containers (IBCs/totes) prior to waste removal at some locations. DLA Disposition Services will order the removal, transportation and disposal of AFFF-related liquid and solid wastes, both containerized and bulk, from Department of Defense (DOD) and Department of Homeland Security (DHS) installations located within the following Continental United States: Alabama, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia, West Virginia, and Wisconsin b. Pricing for each disposal Contract Line Item Number (CLIN) will include all labor, removal, transportation, disposal, and required documentation of waste represented by each CLIN. Pricing for containerized waste (i.e., pails, drums, boxes) will be based upon container size and ordered as each (EA). Pricing for waste removed in Intermediate Bulk Containers (IBCs/totes) will be based upon the full volumetric capacity (e.g., 275 gallons) of the IBC/tote, and will be ordered in gallons (GL). Pricing for removal of bulk liquids via tanker or vacuum truck will be based upon actual gallons (GL) removed with a 1,500-gallon minimum charge per Task Order (TO). Pricing for bulk heavy solids will be based upon actual pounds (LB) removed. Pricing for bulk lightweight solids will be based upon cubic yards (CD) with a 15-CD minimum charge for a 20-CD rolloff box. Refer to Sections 1.2.10 and 1.2.11 for details. c. The Government agrees that all items placed on a TO on this contract will be accompanied by documentation and markings that comply with all applicable federal, state, and local laws and regulations relating to the generation and storage of waste. The Contractor shall deliver the services required by this contract in accordance with (IAW) all federal, state, and local laws and regulations, DOD Instructions, the installation’s operating Permit, and all other terms and conditions contained herein. These services shall include the compilation and submission of all documentation required by this contract. d. The Government agrees that all items placed on a TO under this contract will conform to the corresponding waste profiles, be distinctly labeled, and be packaged in containers that sufficiently contain the waste for transportation and storage. Labeling and packaging will be compliant with all local, state, and/or federal regulations that may apply. e. The Contractor agrees to provide all services necessary for the safe transportation, treatment and disposal of the items listed in the Bid Schedule in accordance with (IAW) all local, state, and federal laws and regulations, and the terms and conditions of this contract. These services shall include all necessary personnel, including applicable Subcontractors, labor, transportation, equipment, and compilation and submission of all documentation required by this contract. Every item ordered for destruction and disposal is being discarded by the Government and will require thermal destruction via incineration at a fully RCRA permitted Treatment, Storage, and Disposal Facility (TSDF). Under no circumstances will any items be sold, transferred, donated, or used for personal or commercial uses. f. The 6-character disposal CLIN consists of two parts: The “Base CLIN” refers to the first four characters of the CLIN. The Base CLIN represents the waste description according to the waste profile for a particular wastestream. The “CLIN Suffix” refers to the last two characters of the CLIN. The CLIN suffix designates the unit of measure for purposes of tracking and Contractor payment. See link at ▇▇▇▇://▇▇▇.▇▇▇.▇▇▇/DispositionServices/Offers/Disposal/HazardousWaste/HazWasteDisposal.aspx to view the Master Base CLIN Catalog, CLIN Suffix Table, and Profile-Based CLIN Overview. (1) Example #1: Base CLIN “NR91” represents Non-RCRA AFFF-Contaminated Solids/Sludges/Debris for RCRA Incineration, e.g., Soil, PPE, Filter Media, and the CLIN suffix “C4” designates the unit of measure as a 55-Gallon Container. Accordingly, one (1) 55-gallon drum of this waste would be represented by ordering one (1) EA of CLIN NR91C4, regardless of the actual volume contained in the drum. CLIN suffix “B4” designates the unit of measure as pounds (LB) for a bulk heavy solids load with a net weight that is greater than 30,000 pounds. Accordingly, for a bulk heavy solids load weighing 31,500 pounds, the Government would order 31,500 (LB) of CLIN NR91B4. (2) Example #2: Base CLIN “NR93” represents Non-RCRA AFFF Concentrate Liquid for RCRA Incineration, Pumpable, Unused or >10% AFFF Product, and the CLIN suffix “C1” designates the unit of measure as a 5-Gallon Container. Accordingly, one (1) 5-gallon pail of this waste would be represented by ordering one (1) EA of CLIN NR93C1, regardless of the actual volume contained in the pail. Base CLIN NR93 is typically applied to unused product, normally turned-in in the original manufacturer’s packaging, or, unused product removed from installed equipment (e.g., hangar systems, storage tanks, and fire trucks) and repackaged by the Government. (3) Example #3: Base CLIN “NR94” represents Non-RCRA AFFF Rinsate or Contaminated Water for RCRA Incineration, Pumpable, >90% Water, and the CLIN suffix “B5” designates the bulk liquid unit of measure as Gallons (GL). Accordingly, one (1) 275-gallon tote of this waste would be ordered as 275 (GL) of CLIN NR94B5, regardless of the actual volume contained in the tote. Alternatively, if removed via tanker or vacuum truck, a bulk liquid load consisting of an actual volume of 4,650 gallons would be represented by ordering 4,650 (GL) of CLIN NR94B5. Base CLIN NR94 is typically applied to rinsate generated after the removal of concentrate (Base CLIN NR93) from installed equipment (e.g., hangar systems, storage tanks, fire trucks) that have been subsequently rinsed, or, it can be used for contaminated ground or surface waters. g. The Contractor will be required to obtain specific access credentials for all Contractor and Subcontractor personnel for installation access as required by the Installation’s Security Plans (ISP). The Contractor agrees that personnel and equipment are subject to safety and security inspections by Government personnel while on Federal property. h. Photographic or image recording devices, and their media in any form, shall not be permitted without prior consent and the proper clearances. The Government will not be held accountable or liable for any confiscation, loss or damage caused to photographic or image recording devices, and/or the media found in violation of this requirement. The Contracting Officer (KO) and Contracting Officer Representative (COR) do not have the authority to authorize the use of such devices. i. Publications and attachments applicable to this contract will be made available upon request. It should be noted that during the solicitation and life of this contract, the Government may make changes, additions, and/or deletions to those listed at the time of award. j. Generators will ensure, and the Contractor will confirm that all non-DOT regulated waste containers are compatible with their contents and properly closed to fully contain their contents prior to shipment. Should AFFF-related materials become effectively regulated during the lifetime of this contract, Generators are required to offer all Department of Transportation (DOT) regulated waste in containers meeting specifications identified in 49 CFR Parts 100-185. k. This multi-state, multi-site contract is for various military and Government activities related to the operations at DOD/DHS installations. Standard performance and removal timeframe for all containerized waste including IBCs/totes, at all sites is 30 calendar days from the date of order issuance unless otherwise coordinated with the Government. The standard removal timeframe for all bulk liquids via tanker or vacuum truck, and all bulk solids via rolloff box, is 15 calendar days, unless multiple bulk removals are required at a single location (e.g., holding ponds or Government-loaded stockpiles) under one TO. In this latter case, the work must commence within 15 calendar days from the date of order issuance, unless otherwise coordinated with the Government, and be fully removed within a timeframe that is reasonably agreeable to the Contractor and the Government. l. The Contractor agrees that services will be provided during normal hours of operations at each installation, which are available upon request from the local/regional COR. m. Within 14 calendar days after Award, the Contractor must provide the KO with a list referencing any and all intended interim and disposal TSDFs by Environmental Protection Agency (EPA) ID number for every disposal Base CLIN listed in the Bid Schedule of this contract. See the
Appears in 1 contract
Sources: Dla Afff East Disposal Contract
PERFORMANCE WORK STATEMENT. a. This contract is referred to as the “DLA AFFF East” contract. Contractor work will consist largely of the removal, transportation, treatment and disposal of Aqueous Film-Forming Foam (AFFF) related wastes, characterized as non-hazardous, non-RCRA waste at the time of award of this contract. The Government may also order the delivery of 275-gallon Intermediate Bulk Containers (IBCs/totes) prior to waste removal at some locations. DLA Disposition Services will order the removal, transportation and disposal of AFFF-related liquid and solid wastes, both containerized and bulk, from Department of Defense (DOD) and Department of Homeland Security (DHS) installations located within as identified in the following Continental United States: Alabama, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia, West Virginia, and Wisconsin
b. Pricing for each disposal Contract Line Item Number (CLIN) will include all labor, removal, transportation, disposal, and required documentation of waste represented by each CLIN. Pricing Payment for containerized waste (i.e., pails, drums, boxes) will be based upon container size and ordered as each (EA). Pricing Payment for waste removed in Intermediate Bulk Containers (IBCs/totes) will be based upon the full volumetric capacity (e.g., 275 gallons) of the IBC/tote, and will be ordered in gallons (GL). Pricing Payment for removal of bulk liquids via tanker or vacuum truck will be based upon actual gallons (GL) removed with a 1,500-gallon minimum charge per Task Order (TO). Pricing Payment for bulk heavy solids will be based upon actual pounds (LB) removed. Pricing Payment for bulk lightweight solids will be based upon cubic yards (CD) with a 15-CD minimum charge for a 20-CD rolloff box. Refer to Sections 1.2.10 and 1.2.11 for details.
c. The Government agrees that all items placed on a TO on this contract will be accompanied by documentation and markings that comply with all applicable federal, state, and local laws and regulations relating to the generation and storage of waste. The Contractor shall deliver the services required by this contract in accordance with (IAW) all federal, state, and local laws and regulations, DOD Instructions, the installation’s operating Permit, and all other terms and conditions contained herein. These services shall include the compilation and submission of all documentation required by this contract.
d. The Government agrees that all items placed on a TO under this contract will conform to the corresponding waste profiles, be distinctly labeled, and be packaged in containers that sufficiently contain the waste for transportation and storage. Labeling and packaging will be compliant with all local, state, and/or federal regulations that may apply.
e. The Contractor agrees to provide all services necessary for the safe transportation, treatment and disposal of the items listed in the Bid Schedule in accordance with (IAW) all local, state, and federal laws and regulations, and the terms and conditions of this contract. These services shall include all necessary personnel, including applicable Subcontractors, labor, transportation, equipment, and compilation and submission of all documentation required by this contract. Every item ordered for destruction and disposal is being discarded by the Government and will require thermal destruction via incineration at a fully RCRA permitted Treatment, Storage, and Disposal Facility (TSDF). Under no circumstances will any items be sold, transferred, donated, or used for personal or commercial uses.
f. The 6-character disposal CLIN consists of two parts: The “Base CLIN” refers to the first four characters of the CLIN. The Base CLIN represents the waste description according to the waste profile for a particular wastestream. The “CLIN Suffix” refers to the last two characters of the CLIN. The CLIN suffix designates the unit of measure for purposes of tracking and Contractor payment. See link at ▇▇▇▇://▇▇▇.▇▇▇.▇▇▇/DispositionServices/Offers/Disposal/HazardousWaste/HazWasteDisposal.aspx to view the Master Base CLIN Catalog, CLIN Suffix Table, and Profile-Based CLIN Overview.
(1) Example #1: Base CLIN “NR91” represents Non-RCRA AFFF-Contaminated Solids/Sludges/Debris for RCRA Incineration, e.g., Soil, PPE, Filter Media, and the CLIN suffix “C4” designates the unit of measure as a 55-Gallon Container. Accordingly, one (1) 55-gallon drum of this waste would be represented by ordering one (1) EA of CLIN NR91C4, regardless of the actual volume contained in the drum. CLIN suffix “B4” designates the unit of measure as pounds (LB) for a bulk heavy solids load with a net weight that is greater than 30,000 pounds. Accordingly, for a bulk heavy solids load weighing 31,500 pounds, the Government would order 31,500 (LB) of CLIN NR91B4.
(2) Example #2: Base CLIN “NR93” represents Non-RCRA AFFF Concentrate Liquid for RCRA Incineration, Pumpable, Unused or >10% AFFF Product, and the CLIN suffix “C1” designates the unit of measure as a 5-Gallon Container. Accordingly, one (1) 5-gallon pail of this waste would be represented by ordering one (1) EA of CLIN NR93C1, regardless of the actual volume contained in the pail. Base CLIN NR93 is typically applied to unused product, normally turned-in in the original manufacturer’s packaging, or, unused product removed from installed equipment (e.g., hangar systems, storage tanks, and fire trucks) and repackaged by the Government.
(3) Example #3: Base CLIN “NR94” represents Non-RCRA AFFF Rinsate or Contaminated Water for RCRA Incineration, Pumpable, >90% Water, and the CLIN suffix “B5” designates the bulk liquid unit of measure as Gallons (GL). Accordingly, one (1) 275-gallon tote of this waste would be ordered as 275 (GL) of CLIN NR94B5, regardless of the actual volume contained in the tote. Alternatively, if removed via tanker or vacuum truck, a bulk liquid load consisting of an actual volume of 4,650 gallons would be represented by ordering 4,650 (GL) of CLIN NR94B5. Base CLIN NR94 is typically applied to rinsate generated after the removal of concentrate (Base CLIN NR93) from installed equipment (e.g., hangar systems, storage tanks, fire trucks) that have been subsequently rinsed, or, it can be used for contaminated ground or surface waters.
g. The Contractor will be required to obtain specific access credentials for all Contractor and Subcontractor personnel for installation access as required by the Installation’s Security Plans (ISP). The Contractor agrees that personnel and equipment are subject to safety and security inspections by Government personnel while on Federal property.
h. Photographic or image recording devices, and their media in any form, shall not be permitted without prior consent and the proper clearancespermitted. The Government will not be held accountable or liable for any confiscation, loss or damage caused to photographic or image recording devices, and/or the media found in violation of this requirement. The Contracting Officer (KO) and Contracting Officer Representative (COR) do not have the authority to authorize the use of such devices.
i. Publications and attachments applicable to this contract will be made available upon request. It should be noted that during the solicitation and life of this contract, the Government may make changes, additions, and/or deletions to those listed at the time of award.
j. Generators will ensure, and the Contractor will confirm that all non-DOT regulated waste containers are compatible with their contents and properly closed to fully contain their contents prior to shipment. Should AFFF-related materials become effectively regulated during the lifetime of this contract, Generators are required to offer all Department of Transportation (DOT) regulated waste in containers meeting specifications identified in 49 CFR Parts 100-185.
k. This multi-state, multi-site contract is for various military and Government activities related to the operations at DOD/DHS installations. Standard performance and removal timeframe for all containerized waste including IBCs/totes, at all sites is 30 calendar days from the date of order issuance unless otherwise coordinated with the Governmentcontracting officer’s representative (COR). The standard removal timeframe for all bulk liquids via tanker or vacuum truck, and all bulk solids via rolloff box, is 15 calendar days, unless multiple bulk removals are required at a single location (e.g., holding ponds or Government-loaded stockpiles) under one TO. In this latter case, the work must commence within 15 calendar days from the date of order issuance, unless otherwise coordinated with the GovernmentCOR, and be fully removed within a timeframe that is reasonably agreeable to the Contractor and the GovernmentCOR.
l. The Contractor agrees that services will be provided during normal hours of operations at each installation, which are available upon request from the local/regional COR.
m. Within 14 calendar days after Award, the Contractor must provide the KO with a list referencing any and all intended interim and disposal TSDFs by Environmental Protection Agency (EPA) ID number for every disposal Base CLIN listed in the Bid Schedule of this contract. See the
Appears in 1 contract
Sources: Disposal Contract