|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1999 PSA#2401USDA, ARS, Pacific West Area, 800 Buchanan St., Albany, CA 94710 37 -- HIGH TEMPERATURE INFECTIOUS WASTE INCINERATOR WITH DUAL CHAMBERS
SOL RFP 16-95CV-99 DUE 082099 POC Rita Abeyta, Phone: (510) 559-6019,
FAX: (510) 559-6023 E-MAIL: Procurement Office, Room 2021, Albany, CA,
abeytar@pw.ars.usda.gov. (i) This is a combined synopsis/solicitation
for commercial items 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. Any
amendments to this solicitation will be placed only in the CBD. (ii)
Solicitation No. 16-95CV-99 is being issued as a Request for Proposal.
(iii)The solicitation document applies and incorporates provisions and
clauses in effect through Federal Acquisition Circular 97-12. This
procurement is open to all responsible sources. The SIC Code is 3523
and the Size Standard is 500 employees. (iv) The following is a list of
contract line item numbers (CLIN), quantities and units: CLIN 01 --
High Temperature Infectious Waste Incinerator with dual chambers.
Quantity: One Each Essential specifications for the incinerator must
include the following: The incinerator is required to meet Idaho Air
Quality Standards (IDAPA 16.01.01, 786, 01 General Restrictions of
two-tenths (0.2) pounds particulate per one hundred (100) pounds of
refuse burned, and IDAPA 16.01, 625, Visible Emissions.) The system
must also provide for integration controls for installation of a future
scrubber consisting of required engineering, larger enclosures,
electrical components, PLC rack, stack tee and tee cap. With the
addition of the scrubber, the system must meet the following:
Particulate -015 gr/dscf; S02 -- 55ppm or 75% reduction; HCL -- 15 ppm
or 95% reduction. Contractor must be a total "In House" single source
manufacturer and supplier of complete incinerator systems. The
incinerator must be capable of handling whole animals up to 600 pounds.
Existing utility hookups will be used (240 volts, single phase) in
combination with natural gas. Existing cement pad must be used (16 ft
x 27 ft). Price must include installation, start-up, and testing.
Technical support must be supplied to enable user to quickly identify
exact configuration of the system. Engineers must provide technical
advice on control adjustments, system troubleshooting, operation and
maintenance procedures, and eqipment upgrades. (v) The incinerator
shall be delivered FOB destination to the USDA, Agricultural Research
Service, Holmes Veterinary Research Center, University of Idaho,
Moscow, Idaho. Inspection and acceptance shall be performed at the
installation site. (vi) The following FAR provisions apply to this
solicitation: 52.212-1, Evaluation-Instructions to Offerors-Commercial
and 52.212-1 Evaluation Items. Evaluation criteria to be included in
paragraph (a) of provision 52.212-2 are as follows: (a) technical
capability of the item offered to meet the Government's requirements;
(b) past performance of the offeror; and (c) price; in descending order
of importance. Technical and past performance, when combined are
significantly more important than price. All offerors are to include
with their offer a completed copy of provision 52.212-3, Offeror
Representations and Certifications. (Copies of FAR 52.212-2 and
52.212-3 are available upon request from the Contracting Officer.)
(vii) The following FAR clause applies to this acquisition: 52.212-4,
Contract Terms and Conditions-Commercial Items. (viii) The following
additional FAR clauses, which are cited in clause 52.212-5, Contract
Terms and Conditions Required to Implement Statues of Executive Orders,
are applicable to this acquisition: 52.203-6, Restrictions on
Subcontractor Sales to the Government; 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns;
52.222-26, Equal Opportunity;52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for
Handicapped Workers; 52.222-37, Employment Records on Special Disabled
Veterans and Veterans of the Vietnam Era; 52.225-9, Buy American
Act-Trade Agreements-Balance of Payments Program. All offes shall be
sent to theUSDA,Agricultural Research Service, ATTN: Rita Abeyta,
Contracting Officer, 800 Buchanan Street, Room 2021, Albany, CA 94710.
Faxed offers will not be accepted. All offers are due by 4:00 pm,
local time, Albany, CA, on August 20, 1999. Offerors shall submit
description literature with their offer. Posted 07/30/99 (W-SN361570).
(0211) Loren Data Corp. http://www.ld.com (SYN# 0312 19990803\37-0001.SOL)
37 - Agriculture Machinery and Equipment Index Page
|
|