Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 25,1997 PSA#1895

National 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