|
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,1997 PSA#1895National Park Service, Administrative Program Center, 12795 W. Alameda
Parkway, P.O. Box 25287, Denver, CO 80225 91 -- LNG/CNG STORAGE AND DISPENSING STATION, GRAND CANYON NP SOL RFP
1270-97-017 DUE 081297 POC Jim Clark Contracting Officer 303 969-2755
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared
in accordance with information in FAR subpart 12.6 as supplemented with
the additional information included in this notice. This announcement
constitutes the only solicitation. PROPOSALS ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number is RFP
1270-97-017 and is issued as a Request for Proposal (RFP). This
solicitation documents and incorporates provisions and clauses in
effect through Federal Acquisition Circular 90-46. The Standard
Industrial Classification (SIC) code is 4924, with a small business
size standard of $5.0 million. This procurement is unrestricted and is
being advertised as full and open competition. The National Park
Service is soliciting proposals for the lease of a
commercially-available, portable, Liquefied Natural Gas (LNG) storage
and Liquefied Natural gas/Compressed Natural Gas (LNG/CNG) dispensing
unit (fueling station) to be installed at the South Rim of Grand Canyon
National Park, Arizona. The lease will be for one year (365 days), with
the government reserving the right to exercise an option for four
additional years. The station will initially provide very limited
fueling, as seven park shuttle buses are converted, one-at-a-time, from
diesel to dedicated LNG engines during the summer of 1997. The portable
station will be replaced with a permanent installation as the park
develops a new fuel farm and as needs for natural gas fuel increase.
The unit may be trailer-mounted, skid-mounted or of other portable
system. It must be mounted on one structure or framework, designed for
ground loading or unloading without the use of an overhead crane, and
must provide for appropriate cryogenic storage and dispensing to
vehicles, requiring only the provision of electric power and the
delivery of LNG to be functional. The station should allow filling of
two LNG vehicles or one LNG and one CNG vehicle at the same time.
Minimum storage capacity shall be 5,000 gallons of LNG; maximum working
pressure shall not exceed 65 psig. A card system to allow different
departments to track dispensing should be included. Consideration must
be given to site elevation and climate for year round operations.
Elevation is 7,000 feet; average low temperature in January is 18
degrees Fahrenheit and average high temperature in July is 84. All
applicable DOT, ASME, NFPA, ANSI, OSHA, UL, and any other code design
requirements in effect at the time of delivery must be met and
certified. The filler nozzle design shall be an industry standard. The
unit shall be capable of delivery of LNG at 30 gpm. Two on-site 8-hour
training sessions, one for fuelers and mechanics and a separate session
for park emergency services and safety staff members, should be
included in the proposal. Proposals should include: (1) description of
the mechanics and operation of the system (2) photographs or
illustrations of a typical installation (3) description of required
utilities and other infrastructure (4) description of requirements for
moving the station (5) description of the fill mechanism and fill rate
(6) potential for expansion of LNG storage (7) operations of card
system (8) availability for delivery (9) warranty (10) repair
availability (11) typical site plan (12) price and terms for leases of
one to five years (13) company experience at building and installing
similar installations. The NPS will also consider proposals which
include the supply and delivery of LNG as a part of the lease of the
equipment, but may also issue a separate Commerce Business Daily notice
for the acquisition of LNG. Clauses/provisions: Far Clause 52.212-1
"Instructors to Offerors-Commercial," is hereby included by reference.
The following are addenda to FAR Clause 52.212-1: Paragraph (c) Period
for acceptance of offers; The offeror agrees to hold prices in their
proposal firm for 60 calendar days from the date specified for receipt
of offers. Offerors are advised that awards may be made without
discussions. Award will be made to the responsible offeror(s) whose
proposal is responsive to the terms of the RFP and is most advantageous
to the government. Each offeror is required to provide past performance
information for same/similar buses, to include two most recent
contracts, points of contact/current telephone numbers, type of buses
provided. FAR provision 52.212-2 Evaluation-Commercial Items applies to
this solicitation and the following evaluation criteria (arranged in
their order of importance) shall be used to evaluate offers: (1)
Overall System Design, (2) Cost, (3) Past Performance. FAR provision
52.212-3 Offeror Representations and Certifications-Commercial items
shall be completed and submitted with the proposal. FAR clause 52.212-4
Contract Terms and Conditions-Commercial Items, hereby applies to this
solicitation. FAR clause 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
applies to this acquisition. Proposals shall be sent to Jim Clark,
Contracting Officer, CPSO-A, Room 116, 12795 West Alameda Parkway,
Lakewood, CO 80228, by 2:00p.m. (Denver time) on August 12, 1997. For
questions contact Jim Clark, Contracting Officer at (303) 969-2755.
(0203) Loren Data Corp. http://www.ld.com (SYN# 0491 19970725\91-0001.SOL)
91 - Fuels, Lubricants, Oils and Waxes Index Page
|
|