SPECIAL NOTICE
99 -- Intent to Award Sole Source
- Notice Date
- 8/6/2015
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Forest Service, Rocky Mountain Research Station, 240 West Prospect Road, Fort Collins, Colorado, 80526, United States
- ZIP Code
- 80526
- Solicitation Number
- AG-82FT-S-15-0024
- Archive Date
- 8/26/2015
- Point of Contact
- Anthony O Salas,
- E-Mail Address
-
asalas@fs.fed.us
(asalas@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that The Rocky Mountain Research Station intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service, to Arvos, Inc. for the Steam Activation of Wood Chip Biochar Laboratory Test Work. BACKGROUND: The objective of this study is to assess the viability of using pyrolysis conversion systems for utilizing sawmill waste and forest treatment residues to produce heat, power, producer gas and biochar, and to test the technical and economic viability of using biochar as a precursor in the manufacture of activated carbon. The objective of the work described in this statement of work (SOW) is to activate samples of biochar from multiple pyrolysis systems. Vendor will be responsible for all on-site activation activities, including sample preparation and equipment operation. RMRS personnel will be on-site during the trials to observe and assist as needed. Pre- and post-activation analysis will be completed by independent laboratories and used to assess the effectiveness of activation. Similar work was completed with Bartlett Snow in April 2011 using the system shown below (reference test number BS-0813) to activate biochar produced by the Tucker Engineering Associates pyrolysis system prototype. General Description of Biochar and Activation Runs: RMRS will be responsible for delivering appropriate amounts of biochar to the vendor facility. If specific parameters for particle size distribution, moisture content or other attributes are required, vendor will provide the necessary specifications. The research team expects to activate three types of biochar during the period covered by this SOW: Tucker RNG mixed conifer biochar, and two biochars provided by Biochar Solutions Incorporated (BSI, feedstock TBD). Two runs of each type of char are expected, for a total of 6 runs using at least 5 cubic feet of material per run. Activation may take place between three and four days, depending on scheduling and operating requirements, with the exact schedule TBD. General research needs include: • Producing activated carbon from biochar as an output that can be compared to the raw biochar input with regards to chemical can physical properties • Process data that includes activation conditions, run time, machine settings, yield (i.e. burn off rate), feed and output rates, and energy consumption during the process • Consultation on technical specifications and requirements of upscaling the system to process the output of the Tucker RNG system • Emissions testing of the calciner vent gas during the trials Minimum Qualification Requirements: 1. Contractor must be registered in SAM. 2. The contractor shall be capable of providing a supervisor as required to maintain workers safety and satisfactory completion of work. 3. The contractor shall be capable of providing additional workers as needed to complete the work. 4. When the work begins the contractor shall work continually until the job is complete, unless there is a mechanical breakdown or safety issue, in which case work will be rescheduled. Location of Work: Place of work provided by contractor and USDA Forest Service, Rocky Mountain Research Station, Forestry Sciences Laboratory, 800 E. Beckwith Ave., Missoula, MT 59801 TASKS: Work with the research team to schedule an appropriate time for the trials Receive and store biochar samples at the facility prior to activation. Manage material handling during the activation trials as needed. Assist in determining machine settings, modifications and operating parameters to produce activated carbon from the biochars provided. Manage and conduct all aspects of the activation process, including equipment operation and material handling. Package outputs appropriately for shipping. Conduct test trials on each material at retention times of and 40 and 60 minutes (within the calciner hot zone) as requested. All materials are to be processed at the same temperature (approximately 1700 º F). Conduct two (2) test trials per day on each material thus requiring three (3) days of total test work for the three (3) different feed materials. During each test trial, operate the calciner long enough so as to bring the process to equilibrium. At that time a sample of the product material (i.e. approximately 1 lb.) will be collected. This material will then be sent to the RMRS analytical laboratory for determining its activation index. The cost of the analytical test work is not included within this proposal, and will be handled separately by RMRS. Emissions testing of the calciner vent gas will be performed during one (1) day of the test trials using the infrared (FTIR) spectrometer. The vent gas from the process will be first sent through the afterburner prior to its exhaust through our water spray scrubber system, and then to the FTIR. DELIVERABLES: Allow USDA Forest Service personnel and other project partners to participate in research activities on-site as needed, including observation of equipment operation, output and feedstock sampling, data collection, photography of equipment and processes, and other activities needed to meet project objectives. Produce, collect and package activated carbon outputs for shipping. Provide the data needed to characterize the activation process and outputs, including activation conditions, run time, machine settings, yield (i.e. burn off rate), feed and output rates, energy consumption during the process and emissions. Provide a final report that details activation conditions and parameters and any other pertinent information, including relevant information for up-scaling the system to higher throughput. Provide raw emissions data and a final report describing emissions of the calciner vent gas as determined using the infrared (FTIR) spectrometer. DEPENDENCY FACTORS: Proposed time schedules and the sequence of deliverables are subject to modifications due to priority determinations made by the Forest Service. The priorities will depend upon scheduling and the availability of the necessary personnel to interface with the contractor. ACCEPTANCE CRITERIA: Delivery Instructions. All work must be delivered to the COR for review and acceptance. The Forest Service now utilizes the Invoice Processing Platform (IPP) for the electronic submission and tracking of purchase order/contract invoices to assist with payment information to its suppliers. IPP is a secure Government-wide, Web-based invoice processing service offered free of charge to Government Agencies and Contractors. Visit www.ipp.gov for more information. ADDITIONAL ITEMS: Additional Charges. Test charges for all test work conducted at the Naperville pilot test facility are based on the most recent published rates. The proposed test exceeds the one-day test minimum. Additional test days will be charged in 4 hour increments. Tests that require additional equipment or services from outside sources will be priced separately and additionally. Vendor will provide estimates for any anticipated additional tests or trials. Materials Identification. RMRS will ensure that all shipments meet applicable Department of Transportation requirements. A completed Material Safety Data Sheet (MSDS) will accompany all materials shipped to the vendor laboratory. The MSDS and labeling of materials shipped will be in accordance with OSHA "Hazard Communication", 29 CFR Part 1910 OSHA Regulations. All test materials should have positive identification with at least one of the following on the outside of the shipping container(s) Materials Safety. Hazardous materials will not be used or delivered to vendor as part of these trials. RMRS is responsible for disposal of any process materials and wastes associated with or generated from the test. Personal Protective Equipment. Personal Protective Equipment (PPE) is required to be worn at all times when visiting or working in the Pilot Plant Test Facility. Designated conference rooms, offices and the lunchroom are exceptions. Specifically, ANSI approved safety glasses with side shields and ANSI approved steel toed shoes must be worn at all times. Additionally, respiratory or hearing protection may be required. Acceptable safety glasses, shoe covers, dust masks and ear protection will be made available at the test facility. Financial Commitment. Prior to confirming test dates, RMRS will provide a purchase order, as well as a "Material Safety Data Sheet" (M.S.D.S.). This purchase order must be in an amount sufficient to cover all testing, set-up, clean-up, and any required purchase of commodities (i.e. special gases, material disposal) as reflected in vendor's estimate to the customer (see attached). Final billing will only reflect actual Lab use, with a one-day minimum charge. Shipping Instructions. Shipping charges are the responsibility of RMRS. Materials must be shipped "PREPAID", international shipments are to be shipped "FREE DOMICILE" with as much lead time as possible: NOTE: All materials including feed, products, "millouts", and floor sweepings will either be disposed at RMRS expense or returned to RMRS at their expense. Cancellations. Tests may be cancelled by either party without charge at any time up to seven (7) days before the scheduled test date. Any test cancelled within seven (7) days of the scheduled test date will be subject to a cancellation charge equal to one day's test rate. publication of any and all such photographic products, and maintains the right to retain and/or delete film negatives, tapes and electronically generated images. Under no circumstances will authorization be granted to photograph any other customer's product(s) or test(s) procedures. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Date posted to FedBizOpps: August 6, 2015. Date posting will close: August 11, 2015. The North American Industry Classification System (NAICS) code is 541330. The Size Standard is $15.5 million. The desired period of performance for the services described herein is anticipated to be from September 1, 2015 through December 31, 2015. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to Anthony Salas, RMRS Acquisition Management, USDA Forest Service, 240 West Prospect Road, Fort Collins, CO 80526, or electronically to: asalas@fs.fed.us. Responses must be received no later than August 11, 2015, 11:00 am MDT. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or disadvantaged business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, and DUNS #. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/AG-82FT-S-15-0024/listing.html)
- Record
- SN03827841-W 20150808/150807000200-5c2cc46afb91d00d2b52e5b0ca777041 (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 |