Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

46 -- Underground Grease Interceptor - Representations & Certifications - NCIC Check

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FMC Devens, 42 Patton Road, Devens, Massachusetts, 01432
 
ZIP Code
01432
 
Solicitation Number
RFQP020517000-10
 
Archive Date
7/1/2011
 
Point of Contact
Christine L. Guy, Phone: 978-796-1146, Heather M. Cheney, Phone: 9787961054
 
E-Mail Address
csouza@bop.gov, hcheney@bop.gov
(csouza@bop.gov, hcheney@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NCIC Check Form Representations & Certifications Combined Solicitation/Synopsis Underground Grease Interceptor General Requirements: The Federal Bureau of Prisons, Federal Medical Center Devens, located at 42 Patton Road, Ayer, MA 01432 is soliciting for the acquisition of an Underground Grease Interceptor. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is a total small business set-aside. The NAICS code for this requirement is 332420; the small business size standard is 500 employees. This combined synopsis/solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular FAC 2005-42. All items quoted must be brand name or equal. Description of Items: The grease interceptor system will comply with the Massachusetts Department of Environmental Protection (DEP), the latest edition of the National Plumbing Code (NPC), current Bureau of Prisons policies, including Technical Design Guidelines, current Edition, and applicable state and local codes as required by the Facilities Operations Manual 4200.10 Chap. 14. The contractor is to provide and deliver one (1) 15,000 gallon capacity underground grease interceptor, Highland Tank Model TB-15,000 Triple Basin Passive Grease Interceptor (PGI) or approved equal. Grease Interceptor Tank shall be constructed from heavy-duty carbon steel, meeting ASTM specification including interior/exterior protective coating UL-1746 approved with a 30 year warranty. Provide ACT-100-U or Steel Tank Institute STI-P3 corrosion protection system. Provide interior high temperature NOVALAC epoxy lining with continuous temperature resistance up to 250 F. The Triple Basin Passive Grease Interceptor shall be designed to intercept and collect liquid greasy waste and/or garbage from the discharge piping originating from the (food service facilities/large commercial/institutional kitchen). Flow to the interceptor shall be by gravity. Interceptor shall remove the floating and settleable wastes and prevent their interference with the proper drainage and treatment of municipal wastewater. Interceptor shall be installed underground with top access at or above grade level. Grease Interceptor shall be designed to prevent large amounts of pipe-clogging fats, oil, and grease (FOG) and solid waste materials from entering the sanitary sewer system. Interceptor shall have three (3) compartments to minimize turbulence and promote separation. Interceptor shall contain "Diffusion and Switchback Baffling System" to retain wastewater long enough to allow liquefied grease to cool down, separate, and congeal. The free fats, oil, and grease (FOG) concentration in the effluent from the interceptor shall not exceed 100 mg/l (100 PPM) to satisfy sanitary sewer pretreatment requirements. Interceptor shall be approximately10'0" in diameter and 34" long; having a volume of 15,000 gallons and a grease holding capacity of 37,996 pounds (5,000 Gallons) to comply with the retention time requirements of the plumbing code. The sizing and construction of this interceptor is consistent with industry protocols for complying with the sewer pretreatment regulations, therefore an interceptor of smaller volume or multiple, interconnecting vessel construction is not permissible. In addition, a fourth chamber will be required to separate solids in the effluent from the pulper machine. This chamber will be an integral part of the grease interceptor, and will be located before the first chamber. The vendor will provide all tie-down and deadman anchors, as required by the dimensions and size of the tank. All manway extensions and heavy duty covers will also be supplied by the vendor if required. The grease interceptor shall meet the requirements of the International Association of Plumbing and Mechanical Officials (IAPMO) Material and Property Standard for Grease Interceptors and Clarifiers (IAPMO PS 80-2006). The grease interceptor corrosion control system shall be in strict accordance with Underwriters Laboratories Inc. Subject UL-1746 Standard for External Corrosion Protection Systems for Steel Underground Storage Tanks. The grease interceptor shall be fabricated, inspected, and pressure tested for leakage before shipment from the factory by manufacturer as a completely assembled, single vessel ready for installation. The grease interceptor shall have the structural strength to withstand static and dynamic hydraulic loading while empty and during operating conditions. The grease interceptor shall be a pre-packaged, pre-engineered, ready to install unit consisting of an influent connection at least 8" diameter. Guarantees and Warranties: The manufacture shall warrant its products to be free from defects in material and workmanship for a period of one year from the date of shipment. The warranty shall be limited to repair and/or replacement of the defective part(s). Delivery Schedule: Contractor is responsible for delivery FOB Destination to Ayer, Massachusetts 30 days after receipt of purchase order. An NCIC Check will have to be completed for the delivery driver in advance of entrance to the facility. Contract Clauses and Solicitation Provisions: The full text of clauses and provisions may be accessed electronically at www.acqnet.gov/far. The following FAR provisions are applicable to this acquisition; 52.211-6, Brand Name or Equal (Aug 1999); 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-2, Evaluation-Commercial Items (Jan 1999); 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998); The following FAR clauses are applicable to this acquisition; 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009); 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items (APR 2010); 52.219-6, Notice of Total Small Business Set Aside (June 2003); 52.222-3, Convict Labor (June2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (AUG 2009); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.225-1, Buy American Act-Supplies (FEB 2009); 52.225.13, Restriction on certain foreign purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.244-6, Subcontracts for Commercial Items (March 2009); 52.252-2, Clauses Incorporated by Reference (FEB 1998). 52.27-103-72, DOJ Residency Requirement Bureau of Prisons (June 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. Legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. [End of Clause] Evaluation Factors: The government intends to make an award on a all-or-none basis. Quotations will be evaluated and award will be based on the price, quality and overall best value to the Government. With your quote provide all specifications. Contractor must be able to deliver items no later than 30 days after receipt of purchase order. The Government will make award to the responsible offeror whose offer conforms to this solicitation and is most advantageous. The proposed price must include all associated charges, fees and delivery cost (FOB Destination). Submission of Quotations: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1) The request for quotation number (RFQ) 2) Schedule of item with pricing 3) Contractor Dunn & Bradstreet Number and Tax Identification Number 4) Representations and Certifications Offers are due no later than July 15, 2010 at 2:00PM, local time. Offers received after this date may not be considered for award. Faxed or emailed offers will not be accepted. Anticipated date of award is on or about July 16, 2010. Postal mail to: Federal Bureau of Prisons, FMC Devens, Attn: Christine Guy, P.O. Box 880, Ayer, MA 01432 Hand deliver to: Federal Medical Center Devens,42 Patton Road, Ayer, MA 01432. Express mail to: Federal Bureau of Prisons, FMC Devens, Attn: Christine Guy, 36 Independence Drive, Building 1677, Ayer, MA 01432 Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. This solicitation is distributed solely through the General Services Administration, Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20507/RFQP020517000-10/listing.html)
 
Place of Performance
Address: 42 Patton Road, Ayer, Massachusetts, 01432, United States
Zip Code: 01432
 
Record
SN02194216-W 20100703/100701235327-cc3eab37efddda770d3e1fbb7bddec4b (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.