Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
MODIFICATION

46 -- REPLACE MEDIA IN FILTER BEDS AT WASTE WATER TREATMENT PLANT, DEFENSE DISTRIBUTION CENTER SUSQUEHANNA (DDSP), NEW CUMBERLAND PA

Notice Date
8/28/2006
 
Notice Type
Modification
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-T-0360
 
Response Due
8/30/2006
 
Archive Date
9/14/2006
 
Point of Contact
DONNA KAUTZ, CONTRACT SPECIALIST, Phone 717-770-6563, Fax 717-770-7591,
 
E-Mail Address
donna.kautz@dla.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ) (SP3100-06-T-0360). The provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DFARS Change Notice (DCN) 20060808. This is an unrestricted procurement. The NAICS code is 562998 and size standard is $6,500,000.00. Wage Determination No: 94-2455 REV 24 dated 5/23/2006 is applicable to this solicitation. This combined synopsis solicitation is to Replace Media in Filter Beds at the wastewater treatment plan located at Defense Distribution Center Susquehanna (DDSP), New Cumberland, PA. In support of this effort, the contractor is responsible for removal and replacement of wastewater treatment filter media (Anthracite, Filter Sand, Gravel) at the existing DDSP Wastewater Treatment Plant. Contractor shall remove existing filter media, provide and install new filter media and inspect existing backwash water supply piping, air scour lateral piping, air scour strainers and filter cell wall and equipment paint conditions. Filter medial removal shall employ proper means of environmental disposal. Drawing No 3118, Sheet 1 of 1 dated Feb 92 and amended No. 2, August 9, 2006 shows existing conditions. This drawing will be provided to contractors upon their request. A pre-proposal/site visit is scheduled for August 21, 2006 9:00 AM at DDSP Wastewater treatment Plant. Due to security measures currently in place on this installation, anyone planning to attend the site visit needs to provide the following information to Donna Kautz Phone: 717-770-6563, Fax: 717-770-7591 or email: donna.kautz@dla.mil. This information must be submitted at least two (2) working days prior to the site visit date. Failure to submit this information in the timeframe requested above may result in delays upon your arrival at the installation. Company Name Employee Name Employee Social Security Number Employee Date of Birth Employee State and Country of Birth On the date of the site visit, employee will need to present at least one form of photo identification, i.e., valid driver?s license. The employee will also need to present current registration and insurance for each vehicle entering the installation. The contractor shall commence work within ten (10) days after date of contract award and shall complete the entire work ready for use within 33 days after date of contract award. A pre-construction meeting will be scheduled within three (3) calendar days after date of contract award. The contractor shall provide material certification for filter medial components within seven (7) days after date of contract award. The contractor shall provide the following submittal items within fifteen (15) calendar days after completion of the contract and prior to final payment: 1. Product Warranty Documents and 2. As-Built Redline Marked Drawings. The following FAR and DFAR clauses and provision apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 Instruction to Offerors Commercial Items, applies to this acquisition. Addenda to 52.212-1: The following two (2) paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements cited in the solicitation. FAR provision 52.212-2, Evaluation Commercial Items applies to this acquisition. The Government intends to award one contract as a result of the Request for Quotation. Award will be based on the proposal that provides the total lowest price for the above service and meets the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of past performance information that provides evidence that the contractor has a record which indicates the capability to perform these services. In response to this Request for Quotation, Contractors must submit a completed copy of the FAR provision 52.212-3, Offer or Representations and Certifications Commercial Items, (Alternate I), price quotation and past performance information. FAR Clause 52.212-4 Contract Terms and Conditions, Commercial items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders, Commercial Items applies, to this acquisition. The following FAR clauses are applicable to this acquisition: FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with authorities FAR 52.222-21 Prohibition of Segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disable Veterans and Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Water Treatment Plant Operator WG-09 Step 2 $19.27 p/HR FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.232-36 Payment by Third Party DFARS 252-212.7000 Offeror Representations and Certifications Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252-212.7000 Offeror Representations and Certifications Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provision are applicable to this acquisition: FAR 52.203-3 Gratuities All responsible concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104. RFQ due date and time is August 28, 2006, 3:00 PM Local time. Completed certifications at FAR 52.212-3, price quotation and past performance information may be submitted via one of the following methods: (1) E-mail to donna.kautz@dla.mil (2) Facsimile to 717-770-7591 (3) Mail to: Defense Distribution Center Acquisition Operations DDC-AB ATTN: Donna Kautz 2001 Mission Drive Building 81 New Cumberland, PA 17070-5001 In accordance with the above date and time, failure to submit all of the above requested information may result in the quotation being eliminated from consideration for award. Contractors must be registered with CCR in order to be eligible to receive an award. For additional information you may contact Donna Kautz, 717-770-76563 or e-mail donna.kautz@dla.mil 8/28/06 Amendment 0001 is hereby incorporated into solicitation SP3100-06-T-0360 and shall become part of any contract. Amendment 0001 is being issued to provide answers to questions received. Question 1: The filtration area of each filter is 65.17 sq ft. Answer 1: The dimensions of the filter beds are provided on the drawing. Question 2: Can the work be done sequentially and continuously? Answer 2: As indicated in Note 6 on the drawing, the Contractor shall phase work such that only one (1) filter cell is shut down at a time and cell shutdowns may not exceed five (5) days. With regard to continuity of work, normal work hours are 7:30 a.m. until 4:30 p.m. Question 3: The media below the air scour laterals can be removed without removing the laterals themselves. Answer 3: Consider that laterals should remain in place. Question 4: Is there a fire hydrant we can use for educting? Please advise of location and pressure. Answer 4: The nearest fire hydrant to the project site is located near the gate to the plant. The existing hydrant is approximately 300? from the filter building. The estimated pressure in the water system at this location is 80 psi. As an alternative to the fire hydrant, a yard hydrant is located directly adjacent to the filter building. Question 5: Water eduction is our preferred method of installing media into filters such as this. Will the operator be able to add/remove water from the filter as we are installing the media? If so, will this operator be available all day? Answer 5: The treatment plant operator will only be available for minimal assistance. Question 6: Will the contractor awarded the contract be responsible for any painting to be done on the filter, or will this be handled by others? Answer 6: No. Question 7: What is the pressure in psi to be expected at the fire hydrant near the gate to the plant? Answer 7: The estimated pressure in the water system at this location is 80 psi. Question 8: What contaminants are in the waste water being treated? Answer 8: The waste stream is compatible with domestic sanitary waste. Question 9: Is a landfill an acceptable means of disposal of the old media? Answer 9: As indicated in the solicitation and on the drawings, the Contractor shall dispose of the filter media using proper environmental means. Question 10: Is there a restriction on the times when work can be performed during the day (must end work by a certain time each day)? Answer 10: Normal hours of operation at the treatment plant are 7:30 a.m. to 4:30 p.m. Extended hours outside this period require advance coordination with and approval of the Contract officer?s Representative. Question 11: While we are in the process of dewatering the tank(s), can we pump the water from the beds into the WWTP system's existing digester tank? Answer 11: Only water may be drawn from the filter beds and discharged into the aeration tank portion of the main treatment unit. Question 12: Has this work been performed before? a. If so, when? b. If so, is there a manifest for the solids that were removed the last time? c. If so, are there scale tickets for the solids that would verify the amount of media removed and transported to the landfill? d. If so, are there results from former analytical testing that may have been done on the media that was removed from the filter beds? Answer 12: a. Yes. 1992. b. No current manifest information is available. c. No. d. No. Samples have been taken for analysis. Results are not yet available but will be made available to the Contractor prior to the start of the work. Question 13: Can you please provide contact information for the company Lyco that is mentioned in General Notes #1? Answer 13: No contact information is available. Question 14: Can we leave our equipment on site overnight? Answer 14: Yes. However, space is limited at the project site and access must be provided to allow day-to-day activities to continue at the WWTP. Overnight parking location(s) must be approved by the COR. Question 15: Can we bring a fuel cell for refilling the equipment on site, or is it necessary to leave the premises to refuel? Answer 15: Fuel cells must be approved for the intended use, be structurally sound and provide secondary containment. Fuel cell approval(s) must be obtained through the COR prior to bringing cell(s) on site. Question 16: Are there any specific training requirements that our company representatives must complete prior to working at the DDC? Answer 16: No. The Request for Quote due date is changed to read August 30, 2006, 3:00 PM Local Time. All other terms and conditions remain unchanged. END OF AMENDMENT 0001 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/SP3100-06-T-0360/listing.html)
 
Place of Performance
Address: DEFENSE DISTRIBUTION CENTER SUSQUEHANNA (DDSP) 2001 MISSION DRIVE NEW CUMBERLAND PA 17070
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01128213-F 20060830/060828223821 (fbodaily.com)
 
Source
FedBizOpps 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.