SPECIAL NOTICE
42 -- RFI - AFFF Capture - RFI
- Notice Date
- 3/22/2017
- Notice Type
- Special Notice
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA805117R3016
- Archive Date
- 5/9/2017
- Point of Contact
- S. Chase Cooper, Phone: 8502836844
- E-Mail Address
-
stephen.cooper.15@us.af.mil
(stephen.cooper.15@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI AFICA 772 Enterprise Sourcing Squadron REQUEST FOR INFORMATION (RFI) I. THIS NOTICE IS ISSUED AS A RFI FOR INFORMATION AND MARKET RESEARCH PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is an RFI announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. II. The United States Air Force (USAF) has a requirement in support of Directorate of Headquarters Air Force Civil Engineer Center (HQ AFCEC) to remove, capture, and/or destroy AFFF surfactant components from water at its Tyndall AFB, FL, Fire Training/Research facility. An acceptable system will process >3,000 gallons per day of solution and will be capable of operating unattended. Acceptable technologies include, but are not limited to filtration, wastewater evaporators/concentrators, others. III. The Government is performing market research primarily to determine if there are systems that possess the capability to execute the requirements. Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. IV. If your company has an item that can meet the Government's need, you are strongly encouraged to submit a capability statement that addresses, as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 333249 - Other Industrial Machinery Manufacturing, is applicable to this acquisition. V. Contractors who can provide such a system should submit in writing an affirmative response which includes as a minimum the following information: 1. What is the name of your business? 2. What is your business CAGE/DUNS code? 3. Provide a point of contact to include telephone number and email address. 4. Provide an additional NAICS code with justification that you would recommend as being more applicable. 5. Provide a list of systems that can meet the Government's needs, along with all system specifications. 6. An estimated system cost to include estimated purchase cost, estimated installation cost, estimated annual operating and maintenance costs for processing up to 500,000 gallons of contaminated solution, estimated annual man-hours required for operations and maintenance when processing up to 500,000 gallons of contaminated solution, and estimated annual utility (water, electricity, other fuel) requirements when processing up to 500,000 gallons of contaminated solution. VI. All interested contractors are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: stephen.cooper.15@us.af.mil. VII. All responses shall be received by Monday, 24 April 2017 at 7:00 AM central time. Responses shall be no more than 20 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 20 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitted in writing via email to Contracting Officer, S. Chase Cooper (stephen.cooper.15@us.af.mil). Proposed Minimum Specifications •Throughput oProcess water at a rate of >3,000 gallons per day •Influent Water may contain: oType 3 Mil-spec AFFF concentrate: up to 0.05% by volume. The exact composition of AFFF concentrates vary by manufacturer and are proprietary information. Based upon typical AFFF formulations, the influent water may include up to: 0.0125% (125 ppm) Anionic, amphoteric, and non-ionic hydrocarbon surfactants 0.0025% (25 ppm) Fluorocarbon surfactants. < 50 ppt combined concentration of PFOA and PFOS 0.0005% (5 ppm) Magnesium Sulfate oAmmonia: up to 2 ppm oNitrate: up to 5 ppm opH: typical range 7.0 - 9.0 oTotal Suspended Solids: up to 100 ppm oTotal Hydrocarbons: up to 10 ppm •Effluent Water, where applicable, must contain: o< 70 parts per trillion (ppt) combined concentration of PFOA and PFOS. o< 0.5 ppm foaming agents (including hydrocarbon and fluorocarbon surfactants) o< 10 ppm Nitrate (as nitrogen) opH: 6.5 - 8.5 o< 250 ppm Sulfate •Sludge/Waste oAverage system recovery > 99.5%. (Recovery, or conversion, is the percentage of the influent which is converted into effluent.) oHolding tank capacity - 500 gallons •All piping shall be corrosion-resistant: copper-nickel, 316 stainless steel, reinforced non-collapsing hose or similar. •Automated electronic control system for continuous unattended operation •Visible and audible alarms for system malfunctions •If fuel powered must use propane, JP8, JET-A, or diesel - multifuel system preferred •Less than 25 down days for maintenance annually •Final Installation Acceptance Criteria: oUpon installation, the Contractor shall demonstrate the instrument's ability to process water at a rate of >3,000 gallons per day, provide system operation manual (s), and provide operation and maintenance training to users.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2343282c45012e820467dc83b6be0223)
- Record
- SN04443662-W 20170324/170322234550-2343282c45012e820467dc83b6be0223 (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 |