Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

25 -- Vault Toilet Pumping Assembly - Contractor Performance Data Sheet - Appendix A

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Forest Service - R-10 Chugach National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0120-S-09-0081
 
Point of Contact
Denise M. Murphy, Phone: 907-743-9531, Bette E Welch, Phone: 9077439566
 
E-Mail Address
denisemurphy@fs.fed.us, bewelch@fs.fed.us
(denisemurphy@fs.fed.us, bewelch@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Photographs of AR-1159 Hy-Rail Truck Contractor Performance Data Sheet 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-0120-S-09-0081 and this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This is a small business set-aside with an associated NAICS code of 332420 and small business size standard of 500 employees. The following are this solicitation’s list of contract line item number(s) and items, quantities and units of measure: 001 – Self-contained vault toilet pumping assembly slip-in unit capable of being mounted to an existing interchangeable 2000 Freightliner FLD120SD tractor hy-rail equipped with a Stellar 138-18-32 hook lift system. 002 – Delivery to Girdwood, AK Description of requirements for the items to be acquired INTRODUCTION: Purchase completely self-contained vault toilet pumping assembly (hereinafter “pumping assembly) that will be mounted to an interchangeable 2000 Freightliner FLD120SD tractor hy-rail with an existing Stellar 138-18-32 hook lift system. The subject vault toilet pumping assembly shall be designed to the Alaska Railroad hy-rail boom truck designated as the AR-1159 (a.k.a. “Tundra) truck. The subject vault toilet pumping assembly shall be designed to carry the largest volume of material without exceeding vehicle weight limitations. It is estimated that this would be a 2,000 gallon tank. BACKGROUND: The U.S. Forest Service and Alaska Railroad Corporation are partnering to create a series of five (5) Whistle Stops, interconnecting trails, and cabins in the unroaded backcountry of the Chugach National Forest in Alaska. Each Whistle Stop site will include one or more vault toilets at each of the proposed locations. All proposed locations are accessible only via railroad. There is a need to develop a mobile pumping system to service the vault toilets annually. SCOPE OF WORK: Work consists of design, fabrication, equipment, labor, supplies, and performance of all operations necessary to construct a septic pump assembly that will mount on to the AR-1159. Photographs of the AR-1159 are located in Appendix A of this document. TECHNICAL REQUIREMENTS: Due to a variety of site conditions, a heavy-lift truck capable of travel by both road and rail is required to economically service the vault toilets. The Alaska Railroad AR-1159 truck is the only vehicle currently owned by either organization that has all the necessary features to perform the proposed work; therefore, the vault toilet pumping assembly must be manufactured to the unique specifications of the AR-1159. The system will be mounted on a slide-back interchangeable semi-truck bed, with necessary mechanisms (Stellar 138-18-32 hook lift system) to facilitate emplacement and removal of the pumping assembly. The capacity of each vault is 1000 gallons, though it is expected that the toilets would be serviced when vaults are no more than two-thirds full. There are currently two toilets (three vaults) at the Spencer Glacier Whistle Stop. One two-vault toilet is located approximately 200 feet from the railroad, and a single-vault toilet is approximately 1.3 miles away, accessible by a service road. Sewage would then be transferred to an off-site facility. The system must be able to suck waste from a 1000 gallon vault through the toilet hole, and be able to discharge waste at the off-site facility. The subject assembly shall be designed to carry the largest volume of material without exceeding vehicle weight limitations. Specifications for the pump include: 1. VACUUM PUMP BODY AND TANK: A. 2000 Gallon ¼” Mild Steel Tank with a steel quality rating of A36 B. Tank shall be pressure tested to 7 psi and vacuum tested to 29 Inch/Hg C. All tank welds shall either meet or exceed American Welding Society D1.1 standard D. Baffle, anti-surge, tank shall have a minimum of one interior, fully welded on both sides E. Exterior tank primed and painted white F. Vacuum Pump, MASPORT HXL75WV liquid cooled / heated pump with integral valve G. Primary moisture shutoff, as specified by vacuum pump manufacturer H. Secondary moisture shutoff, as specified by vacuum pump manufacturer I. Pre-filter, as specified by vacuum pump manufacturer J. Oil catch muffler-trap, as specified by pump manufacturer K. Exhaust eliminator, as specified by vacuum pump manufacturer L. Full length steel tapered tank support skids. Flanged and dished heads M. Pressure relief valve, ASME code, placement and setting as specified by vacuum pump manufacturer N. Vacuum relief valve, placement and setting as specified by vacuum pump manufacturer O. Liquid filled vacuum/pressure gage, placement and setting as specified by vacuum pump manufacturer P. Intake valve, manual, with cam lock fittings 3", mounted at rear of tank, mounting shall be separate from dump valve mounting Q. Intake line, inside tank shall extend above the expected water surface R. Intake hose, two (2) 25-ft sections, 3-inch, Kanaflex 300 EPDM, each w/ male and female coupling, temp range -40oF to 140oF, minimum working pressure rating of 38 psi @ 72oF, minimum vacuum rating of 29 inch/Hg @ 72oF S. Discharge hose, two (2) 25-ft sections, 4-inch, Kanaflex 300 EPDM, each w/ male and female coupling, temp range -40oF to 140oF, minimum working pressure rating of 38 psi @ 72oF, minimum vacuum rating of 29 inch/Hg @ 72oF. 2 each 6” x 10’ sections to be supplied for honey bucket location suction. T. Hose & Fittings, Vacuum pump unit and valve plumbing, as specified by pump manufacturer U. Lift lugs, number as required to safely lift vacuum tank V. Spring mount tank tie downs W. Must be mounted to a frame to use an existing Stellar 138-18-32 hook lift system X. Rear bumper to be part of bumper tank support. Support to be 30” below top rail of A-Frame skid. This will act as rear tank stand to keep unit off of ground when stored. Y. Attached to front A-frame on both sides will be drop down stabilizer jacks to be lowered when unit is unloaded. This will act as front tank stand to keep unit level with rear and off the ground when stored. Z. Two (2) 1000W rear work lights, mounted over the rear valve work area AA. 20" hinged top hatch BB. 20" rear swing away hatch CC. Vacuum tank top hatch access ladder, (1) DD. 5 ½" cleanable sight glasses, (3) EE. Two (2) rear hose hangers welded to the tank to support hose sections during transport 2. HYDRAULICS A. Existing chassis hydraulic system to be used to operate vacuum tank. A Faster coupler to be on vacuum tank fittings to couple up with existing chassis Faster coupling. B. Any modifications to the hydraulic system shall not affect the operation of the existing equipment and attachments and yet must operate the new vacuum tank system properly. A Forest Service Contracting Officer’s Representative (COR) will be appointed, at the start of the project, to be the day to day point of contact to ensure progress of the work and that the vault toilet pumping assembly will meet all applicable requirements regarding hy-rail vehicle use and modifications. An Alaska Railroad representative will assist the Forest Service COR. Final acceptance of completed vault toilet pumping assembly will be determined by the Forest Service COR. The vault toilet pumping assembly shall meet all applicable requirements and operate as intended on the hy-rail vehicle before final acceptance by the Forest Service COR. APPLICABLE REGULATIONS: The vault toilet pump assembly shall be in accordance with applicable state and federal regulations. Proper use of the equipment will conform to all Alaska Department of Environmental Conservation regulations concerning waste transport and disposal. The requested date for delivery is 120 days after receipt of order. Shipping terms are FOB Origin. The provision “52.212-2, Evaluation-Commercial Items”, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: Technical capability, experience and past performance when combined are moderately more important than price. i) Technical capability and experience of contractor in efforts of this sort ii) Past performance on projects of a similar nature iii) Price iv) Previous experience with Stellar 138-18-32 hook lift systems Offerors shall prepare a brief technical proposal addressing the four evaluation factors listed above, with up to one page of text for each factor or four pages total. 452.211-70 Brand Name or Equal. (NOV 1996) (As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. (End of Provision) 452.211-71 Equal Products Offered. (NOV 1996)(a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any): no specific line item number Brand Name or Equal Products identified by the Government in this solicitation: Masport vacuum pumps and Kanaflex hoses Offered Product Names:_______________________________________________________ Catalog Descriptions or part numbers:___________________________________________________ Manufacturer's Names:________________________________________ Manufacturer's Addresses:__________________________________________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. All offerors must provide a completed copy of “52.212-3, Offeror Representations and Certifications – Commercial Items”. The provision may be found and printed from www.arnet.gov/far/. Offerors shall also provide past performance information on Contractor Performance Data Sheet for projects completed of a similar nature within the last two (2) years. Contractor Performance Data Sheet is a separate attachment to this solicitation. FAR Clause “52.212-4, Contract Terms and Conditions – Commercial Items” applies to this acquisition and includes no addenda. FAR Clause “52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items” (JUN 2009) and the following clauses were selected as applicable to the acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009)(22U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (3) 52-233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (32) (i)52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L.108-77, 108-78, 108-286, 108-32, 109-53, 109-169, 109-283, and 110-138). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s., proclamation and statutes administered by Office of Foreign Assets Control for the Department of Treasury). (38) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) 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 paragraphs (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 (Dec 2008)(Pub.L.110-252, Title VI Chapter 1 (41 U.S.C. 251 Note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (EO 13201). (viii) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)). 0 Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The date, time and place offers are due is 15 Sep 2009 at 2 pm Alaska Time. Contact Denise Murphy for information regarding this solicitation at denisemurphy@fs.fed.us or 907-743-9531.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/120/AG-0120-S-09-0081/listing.html)
 
Place of Performance
Address: Glacier Ranger District, Portage Work Center, Girdwood, Alaska, 99587, United States
Zip Code: 99587
 
Record
SN01932311-W 20090830/090829005642-ab5989c009b4195296bb6370e9ee482b (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.