|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1998 PSA#2179Aeronautical System Center, Weapons, Air Base And Range Office,
Contracting Division (ASC/VXK), 314 West Choctowhatchee Avenue, Suite
104, Eglin AFB Fl 32542-5717 45 -- DEPLOYABLE WASTE MANAGEMENT SYSTEM POC Contact Mr. Jeffrey D.
Cox, Contracting Officer, (850) 882-4685, ext 316, FAX number
850-882-9381 WEB: Eglin AFB Contracting Opportunities Internet Web
Page, http://eglinpk.eglin.af.mil/OPS/RFP.HTM. E-MAIL: Jeffrey D. Cox,
Contracting Officer, coxjd@eglin.af.mil. Market Survey/Request for
Information. The Aeronautical Systems Center's Air Base Systems Program
Office at Eglin AFB, FL seeks sources and information related to a
program to upgrade the waste management capabilities of the Air Force's
Harvest Eagle and Harvest Falcon air mobile equipment sets used to
establish and support air operations at remote austere locations. The
program will provide the capability to manage and/or treat various
waste streams generated at such locations in an environmentally
acceptable manner. A single contractor capable of providing all
necessary waste management equipment components is required. Basic
waste management system capabilities will be sized to manage, treat,
and dispose of municipal type solid wastes, industrial wastes,
hazardous wastes, medical wastes, and sewage generated by an air base
population of 1,100 personnel supporting military flying operations and
a 50-bed field hospital. Components of the basic system must be
expandable in 1,100 person increments to support a population of up to
5,500 personnel. Major components of the waste management system will
provide (1) sewage collection and treatment, (2) solid waste volume
and weight reduction, (3) industrial waste treatment and/or
reclamation, (4) hazardous waste storage and treatment, (5) medical
waste treatment and weight/volume reduction, (5) reuse/reclamation of
appropriate components from the waste stream. All waste system
components must be air transportable aboard USAF C-130 aircraft.
Maximum desired component size and weight is 8.5' by 7.0' by 8.0' high
and 10,000 pounds. Maximum allowable component size and weight is
20.0' by 8.0' by 8.0' high and 25,000 pounds. Questions concerning this
market survey/request for information should be directed to ASC/WMO,
314 W. Choctawhatchee Ave, Suite 104, Attn: Mr. Jeffrey D. Cox, Eglin
AFB FL 32542-5717. This market survey/request for information is for
planning purposes only, and shall not be construed as a Request For
Proposal (RFP) or as an obligation on the part of the Government to
acquire any follow-on acquisitions. The Government does not intend to
award a contract on the basis of this market survey/request for
information or otherwise pay for the information solicited. No
entitlement to payment of direct or indirect costs or charges by the
Government will arise as a result of the submission of responses to
this market survey/request for information and the Government use of
this information. The Government reserves the right to reject, in whole
or in part any industry input as a result of this market survey/request
for information. This market survey/request for information does not
constitute the solicitation of any proposals and authority to enter
into negotiations to award a contract has not been authorized.
Information provided may be used by the United States Air Force in
developing its acquisition approach and its Statement of Objectives
(SOO). Technical documentation concerning this program will be posted
on the Eglin AFB Contracting Opportunities InternetWeb Page at
http://eglinpk.eglin.af.mil/OPS/RFP.HTM or provided upon special
request. This procurement is limited to sources who can manufacture and
produce this product in the United States. Information collected from
this market survey/request for information may be released to industry
as updates to program documentation during the RFP stage; therefore,
it is requested that the data be received with unlimited rights to the
Government. Firms responding to this synopsis should state if they are
a large, small, or small disadvantaged business. The appropriate SIC
code is 4953 with annual receipts no more than $6,000,000. An ombudsman
has been established for this acquisition. The only purpose of the
ombudsman is to receive and communicate serious concerns from potential
offerors, when an offeror prefers not to use established channels to
communicate his/her concern during the proposal development phase of
this acquisition. Potential offerors should use established channels to
request information, pose questions, and voice concerns, before
resorting to the use of the Ombudsman. Potential offerors are invited
to contact ASC's Ombudsman Col. Richard Moriyama, Department of the Air
Force, AFDTC/CDS, 101 West D Ave, Suite 123, Eglin AFB FL 32542-5495,
telephone (850) 882-4160, for serious concerns only. For routine
communications concerning this acquisition, potential offerors are
invited to contact Mr. Jeffrey D. Cox (850) 882-4685, ext 316; e-mail
address is coxjd@eglin.af.mil, for contractual information or Mr. Byron
L. "Chip" Wolfe (850) 882-4684, ext 318; e-mail address is
wolfebl@eglin.af.mil for programmatic information. Collect calls will
not be accepted.***** Posted 09/10/98 (W-SN248278). (0253) Loren Data Corp. http://www.ld.com (SYN# 0263 19980914\45-0001.SOL)
45 - Plumbing, Heating and Sanitation Equipment Index Page
|
|