Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2004 FBO #0884
SOLICITATION NOTICE

F -- Pentagon Incinerator Plant Stack Testing

Notice Date
4/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Real Estate and Facilities Contracting Office, Remote Delivery Facility - Room RDF1K711B 1155 Defense Pentagon, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
PFPA-04106-SV-105
 
Response Due
4/28/2004
 
Archive Date
5/12/2004
 
Point of Contact
Joseph Hodges, Contracting Specialist, Phone 703 614 3535, Fax 703 692 0811,
 
E-Mail Address
joseph.hodges.ctr@ref.whs.mil
 
Small Business Set-Aside
Total Small Business
 
Description
CBD COMBINED/SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. Persons may identify their interest and capability to respond to the requirement. (ii) This Solicitation PFPA-04106-SV-105 is a Request for Quote (RFQ) for stack testing of the Pentagon Incinerator Plant. (iii) This Solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-21, effective March 26, 2004. (iv) The applicable North American Industry Classification System code is 541380 and the corresponding size standard is $10.0M. CLIN 0001: Services, Non-Personal: The contractor shall provide stack testing of the Pentagon Incinerator Plant in accordance with statement of work. (v) Statement of Work: The Pentagon Incinerator must meet various environmental standards as prescribed by the Virginia Department of Environmental Quality (DEQ). PFPA have met the standards burning at a lower temperature than required thus increasing efficiency and reducing fuel cost considerably. To prove PFPA?s contention, PFPA must conduct various tests of emissions particulates released into the air during the burning process. If successful, PFPA will then be authorized by the DEQ to burn at a lower temperature ensuring more efficient use of fuel and energy at a very reduced cost to the government. Services required entail a licensed company conducting a DEQ Stack Test to determine our ability to burn material at specific temperatures and still meet environmental standards. Tests will be conducted not later than June 11 2004. Applicable Documents: Copy of Stationary Source Permit to Modify and Operate, dated 29 October 2002, page 7 (Para 18, Stack Test and Para19, Visible Emissions Evaluation) will be made available via fax upon request from contractor(s) and at Government's DODCW facility for contractor?s review. Testing company will conduct stack test and emissions evaluation in accordance with (IAW) above permit. Testing company will submit test protocol to the DEQ for approval within three (3) working days after contract award date. Testing company will ensure that results of tests and evaluations are provided to DEQ for evaluation within three (3) working days after test completion. Work will be performed during a time when disruption to incinerator operations is minimized. The testing company will notify the Contracting Officer's Representative (COR) if access onto the facility and into the incinerator building is necessary during non-duty hours. Deliverables: Testing Company will develop a test protocol IAW with the DEQ Stationary Source Permit to Modify and Operate, dated 29 October 2002. Testing company will submit test protocol to the DEQ for approval within three (3) working days after contract award date. Upon approval, testing Company will conduct required tests within five (5) working days. Testing company will make results of test available in writing to the DEQ within three (3) working days after the tests. (vi) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial Items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. (vii) FAR 52.212-2, Evaluation- Commercial Items. Award will be based on the best value to the Government, considering price and other non-price factors (ability to meet solicitation requirements). (viii) Offerors are to include a completed copy of provision FAR 52.212.3, Offeror Representations and Certifications-Commercial Items. (ix) The following provision does apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items. (x) The following clause is applicable to this acquisition: FAR 52.212.5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.204-7004, Required Central Contractor (CCR) Registration. Firms not registered in the CCR may register by calling 1-888-227-2423 or via the Internet at http://ccr.gov. ONLY FIRMS REGISTERED IN THE CCR ARE ELIGIBLE FOR CONTRACT AWARD. (xi) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition that are consistent with customary commercial practices. (xii) There is not a Defense Priorities and Allocations System (DPAS) number assigned to this acquisition. (xiii) Submission and delivery of Capability Statements should be forwarded by April 28, 2004 by 10:00 A.M. est., using either method: via facsimile at (703)692-0811 or e-mail (Joseph.Hodges.ctr@ref.whs.mil). (xiv) The point of contact for the acquisition are: Contract Specialist, Mr. Joseph Hodges, (703) 614-3533, Contracting Officer, Ms. Donna Truesdel, (703) 614-9583. ANY FURTHER INQUIRIES SHOULD BE FORWARDED VIA FACSIMILE ON (703) 692-0811. NO TELEPHONE INQUIRIES WILL BE ANSWERED REGARDING THIS SOLICITATION.
 
Place of Performance
Address: PFPA Incinerator Plant,, 300 Boundary Channel Dr.,, Arlington, VA
Zip Code: 22202
Country: USA
 
Record
SN00573156-W 20040428/040426214631 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.