|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1998 PSA#2147325th 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
|
|