Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

36 -- RAPID FOOD WASTE CONVERSION SYSTEM - SOW

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-10-Q-PPAB05
 
Archive Date
9/29/2010
 
Point of Contact
John M Lukondi, Phone: 757-483-8555, Angel L. Pol, Phone: (757) 483-8541
 
E-Mail Address
john.m.lukondi@uscg.mil, angel.pol@uscg.mil
(john.m.lukondi@uscg.mil, angel.pol@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW FOR FOOD WASTE SYSTEM This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. HSCG27-10-Q-PPAB05 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-44. This is a Total Small Business Set Aside procurement. The applicable NAICS code is 335999 and the small business size standard is 500 employees. The FOB Destination delivery is to: USCG BSU Portsmouth (FED), 4000 Coast Guard Blvd, Portsmouth, VA 23703. Offers are due at: USCG BSU Portsmouth, 4000 Coast Guard Blvd, Portsmouth VA 23703-2199, by the Close of Business on 14 September 2010. Questions may be directed to John Lukondi, telephone 757-483-8555, or email John.M.Lukondi@uscg.mil. The USCG BSU Portsmouth has a requirement to purchase: SCOPE OF WORK 1. GENERAL REQUIREMENTS: Provide and install (1) Food Waste to Liquid Effluent Conversion System. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT thirty (30) days after notice to proceed and complete the entire job to be ready for use 60 working days after contract award. 3. SCOPE OF WORK: Includes: 200 lbs per day of waste minimum Stainless Steel construction - inside and out Electric motor, 220v, 1 ph, 60 Hz Heavy duty steel auger on solid steel shaft Continuous feed system for food waste Cold water operation only Effluent from machine EPA tested safe to enter waste water system EFFLUENT COLLECTION AND POST TREATMENT SYSTEM: PH adjustment system, possible UV treatment, filter/separator 4. SITE VISIT: All bidders are strongly encouraged to visit the sites to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with Keith Beko @ (757)483-8638. 5. DESIGNATED CONTRACTING OFFICER'S QUALITY ASSURANCE EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project is Keith Beko, (757)483-8638. Inquiries concerning any phase of the specification before or after award shall be made to Keith Beko. 6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer's QAE representative of his intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statements of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station's regular hours, he may submit his request in writing to the Contracting Officer's QAE Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer QAE Representative to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and last four (4) of SSN. The ISC Portsmouth Security Office will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of the Coast Guard ISC Portsmouth. The contractor and his employees shall become familiar with and obey all base regulations including fire, traffic, and security regulations. There will be no smoking in Coast Guard Buildings. No underage visitors authorized onsite. Employees and suppliers only, no dependants, minors or anyone else not directly associated with the ongoing work. No pets or animals of any kind allowed on worksite. The exception being service animals for the visually or hearing impaired. Documentation will be required for the animal to remain on site. 16. Environmental Requirements: All service work must be performed by Universal Certified and trained individuals supplied with proper PPE and properly calibrated equipment. All Ozone Depleting Substances shall be recycled and reused to the fullest extent possible. Total amounts replaced, leaked, and recovered shall be reported to Base Environmental upon completion of work IAW Base Portsmouth's ODSP. All transport, procedures, containers, handling, labeling, manifesting, treatment, disposal shall be IAW 29 CFR 1910, 40 CFR and 49 CFR. All EPCRA, RCRA, CWA, CAA, CERCLA, and SARA 302, 304, 311 and 313 are to be strictly adhered to. All ISC Portsmouth policies, Unit Environmental Guide, permits and restrictions are to be strictly adhered too as Base Portsmouth is a Large Quantity Generator, has a Stationary Source Air permit, MS4 Storm water Permit and HRSD permit. Any and all Hazardous waste is to be manifested and Non-Hazardous waste is to be transferred via Non-Hazardous manifest. Copies of all Hazardous and Non-Hazardous manifests are to be signed by Environmental Protection Specialist ext. 8593 or Hazwaste Coordinator ext. 8448 and final signed copies are to be returned or mailed to ISC Portsmouth, ATTN: Chris Ollice Environmental Protection Specialist, 4000 Coast Guard Blvd., Portsmouth VA, 27932 immediately after each shipment has been received by the authorized TSDF. MSDS' for all products used shall be approved by EPS and Safety officer prior to award of this contract. Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing & delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are incorporated, if any: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.222-41;52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007)(42 U.S.C. 8259b); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-10-Q-PPAB05/listing.html)
 
Place of Performance
Address: 4000 Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN02272959-W 20100910/100908235658-456282f72b958f5fa9acce624b5e8c4d (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.