Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1998 PSA#2147

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526

B -- EVALUATE OIL/WATER SEPARATORS TREATMENT EFFICIENCY FOR WASTEWATER TO COMPLY WITH BAY COUNTRY ADVANCED WASTEWATER PRETREATMENT REQUIREMENT SOL F0863798QX994 DUE 081798 POC TSgt Sumner at 850 283-8610 or TSgt Hunter at 850 283-8623 E-MAIL: donald.sumner@tyndall.af.mil, donald.sumner@tyndall.af.mil. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. This is a Request for Quotation (RFQ), RFQ No. F08637-98-QX944. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-04. This solicitation is 100% set aside for Small Businesses under SIC 8711, size standard $2.5 million. The contractor shall furnish all labor, tools, parts, equipment, materials, supplies, personnel, transportation and other items necessary to provide services to study the existing oil/water separator treatment efficiencies to assess the need for upgrades or alternate treatment to comply with Bay County AWTP treatment requirements for Tyndall AFB FL. Statement of work as follows: General: Contractor to provide services to study the existing oil/water separator treatment efficiencies to assess the need for upgrades or alternate treatment processes to Comply with Bay County Advanced Wastewater Pretreatment Requirement. Project Elements: This project will consist of the following: 1. Review Bay County Pretreatment Ordinance and define required pretreatment limit. Assist in compilation of existing oil/water separator influent and effluent data. 2. Investigate and characterize the processes and activities, which occur at each oil/water separator. 3. Determine all sources of wastewater which discharge to oil/water separators, through available MSDS data sheets and on-site investigation. Does not include locating, analyzing, and reviewing chemical and industrial waste-stream sources at each site. 4. Analyze effluent samples of the existing 21 oil/water separators to identify potential pollutants and compare with the AWT pretreatment standards. 5. Investigate the capability of existing oil/water separators to provide sufficient pretreatment to comply with the Bay County AWT standards. The conclusion will be based on the analysis of oil/water effluent samples. 6. Evaluate and recommend oil/water separator repair or upgrades for compliance with the pretreatment standards. 7. Investigate and recommend other treatment processes to replace the existing oil/water separators, if repairs/upgrades are incapable of meeting the pretreatment standards. Other on-site treatment packages or central treatment at existing wastewater plant will be evaluated. 8. Provide a cost estimate for each alternative. This cost shall include all capital costs and anticipated yearly operation and maintenance costs. SUBMITTALS: A. Site investigation and chemical analysis results. B. Summary of products and pollutants which contribute to the oil/water separators. C. Summary report that includes the evaluation criteria, methods, and the recommended alternative for pretreatment compliance and wastewater collection, including all costs. Offerors areencouraged to submit commercial literature describing their operations and capabilities. OFFERORS MUST PROVIDE INFORMATION ON THEIR PAST PERFORMANCE, TO INCLUDE CONTRACT OR ORDER NUMBERS, REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO SUBMIT A TECHNICAL PROPOSAL describing procedures. Contractor shall employ best commercial practices in all services performed. The contractor shall comply with all base security regulations and policy. The Government will make award on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate quotes: (1) price (2) ability to perform, and (3) past performance. The Government may conduct pre-award surveys to determine offerors' technical and financial abilities to perform. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. It is tailored as follows: subparagraph (c) is changed to read: "Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc., which may be changed unilaterally by the Government." FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. Commercial Items applies to this acquisition, as do the following FAR clauses cited therein: 52.203-6 Alternate I, 52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41 (Wage Determination No. 94-2121 Revision 11 dated 6/1/1998 applies), 52.222-42, 52.222-43, 52.225-3, 52.233-3. The following FAR clauses also apply to this acquisition: 52.217-5, 52.217-8, 52.217-9, 52.232-18, 52.237-1, 52.237-2, and 52.252-2. In accordance with FAR52.237-1, a site visit is scheduled for offerors on 10 August 1998, at 10:00 A.M. local time. All contractors are to notify the administrator at 850/283-8610 no later than the day prior to the site visit. All contractors are to meet at Building 647 Room 6 the morning of the site visit. The following DFAR clauses apply to this acquisition: 252.204-7004 252.212-7000, 252.212-7001, and 252.237-7012. The following AETC FAR Supplement clause applies: 5352.237-9001 Performance Conference (Jul 93) Offerors/bidders are hereby advised that if they are awarded a contract as a result of this solicitation, they may be required to appear at the 325th Contracting Squadron, Building Number 647, 501 Illinois Avenue, Suite 5 Tyndall AFB, FL 32403-5526 to attend a preperformance conference prior to commencement of an work on the military installation. Referenced clauses and Wage Determination will be made available upon request; or clauses may be accessed electronically at http://farsite.hill.af.mil; and the Wage Determination may be accessed electronically at http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm. Prior to receiving any contract award contractors must be registered in the Central Contract Registration (CCR) in accordance with DFAR clause 252.204-7004 REQUIRED CENTRAL CONRTACTOR REGISTRATION. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Proposals should reference RFQ No. F08637-98-QX944 and are due by 17 Aug 98 no later than 4:00 P.M. local time, to 325 CONS/LGCS ATTN: TSgt Sumner, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contract TSgt Sumner at (850) 283-8610 or TSgt Hunter at (850) 283-8623. You may also email Donald.Sumner@tyndall.af.mil. Posted 07/27/98 (W-SN228643). (0208)

Loren Data Corp. http://www.ld.com (SYN# 0011 19980729\B-0001.SOL)


B - Special Studies and Analyses - Not R&D Index Page