SOLICITATION NOTICE
46 -- NATO Notification of Intent to Invite Bids for International Competitive Bidding for Provision of Mobile Incinerators
- Notice Date
- 9/27/2007
- Notice Type
- Solicitation Notice
- NAICS
- 562213
— Solid Waste Combustors and Incinerators
- Contracting Office
- Department of Commerce, Bureau of Industry & Security, Office of Strategic Industries and Economic Security, Defense Programs Division, Room 3876 1401 Constitution Avenue, NW, Washington, DC, 20230, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- IFB-NAMSA-5HQ27007-30
- Response Due
- 10/18/2007
- Archive Date
- 10/21/2007
- Point of Contact
- Lee Ann Carpenter, Trade and Industry Analyst, Phone 202-482-2583, Fax 202-482-5650, - John Isbell, Program Manager-NATO, Phone 202-482-8229, Fax 202-482-5650
- E-Mail Address
-
Lcarpent@bis.doc.gov, jisbell@bis.doc.gov
- Description
- The NATO Maintenance and Supply Agency (NAMSA) intends to advertise for International Competitive Bidding (ICB) on works and services within the framework of the NATO Security Investment Program. Eligible firms will be invited to bid on the procurement of mobile incinerators. NAMSA is serving as the Host Nation for this project, which was authorized by the NATO Infrastructure Committee. NAMSA intends to use the one step ICB procedure. Partial bidding is not allowed. The Department of Commerce will be using as its reference for the mobile incinerator procurement IFB-NAMSA-5HQ27007-30. The procurement is part of Project 5HQ27007, Provision of Waste and Sewage Treatment and Collection System Required for the Combined Joint Task Force (CJTF), which is part of Capability Package 5A0156, NATO Deployable HQ Assets for CJTF. The information to be provided to the bidders will be up to the level of NATO UNCLASSIFIED. SCOPE OF PROJECT Background: The original Capability Package for 1500- and 2000- man camps has been revised. The new Capability Package, tailored to suit the Deployable Communication Information System (DCIS) Baseline Capability, now consists of one 1000-man camp consisting of a HQ and Support Module tailored for the CJTF land-based requirement and two 500-man living accommodation modules, plus one 1000-man camp consisting of a HQ and Support module tailored for the CJFACC requirement and two 500-man living accommodation modules, and two remote CIS sites with living accommodation for 15 personnel each. As a result, a number of self-contained camps, each with 500 full-time occupants and a small commercial or industrial function, will be built so that each has its own solid waste collection and disposal system. While the function of each camp will be unique, the intent is to have only two incinerator models. One incinerator model will include a waste oil burner to dispose of waste oil and used tires, and the other model will only incinerate the normal domestic and commercial waste load. Each incinerator is expected to handle up to 2000 kg of waste per day, 6 days per week. Because of likely locations of these camps, hygiene and sanitation throughout the waste collection and disposal process is of utmost importance. All assets must be capable of being moved by road, rail, and sea. Assets acquired must comply with the 6.058 meter x 2.438 meter x 2.591 meter ISO standard sea container in terms of structural components and handling methodology. The weight of the components will preclude many components from being transportable by C-130 aircraft. However, pipe lengths are limited to approximately 6 meters, and the containers for that pipe are limited to 2.438 meters in height to allow C-130 transport. This may allow an early arrival of pipe, which would facilitate the erection of the camp. The climatic requirements for the mobile incinerators were derived from STANAG 2895 for the range of A1 to C1 Climatic Zones. The equipment must be capable of sustaining effective operations over a variety of terrain and in ambient temperatures ranging between -32 degrees C and +49 degrees C (-33 degrees C for storage and transit). The assets must be capable of withstanding winds rated at 52 m/s (185 kph), snow loads at 240kg/m2, and be capable of preventing infiltration by heavy rains and insects. While recycling where possible, an incinerator capable of handling 2000 kg of solid waste per day will be acquired for four 500-man modules. This incinerator will burn at least 6 days per week and thus will require no significant on-site storage of solid waste. The incinerator will use diesel fuel and will meet incinerator standards set by European and North American countries. Although a 1000-man incinerator was considered, the 500-man incinerator more readily meets the 6.058 meter sea container standard for transport and is coherent with the modularity and self-sufficiency required of the camp. Incineration Standards: Incineration is the preferred method of disposal, so that all waste that can be responsibly incinerated will be collected and burned. This waste will include that collected from the other-waste bins located in the separation points, commercial and industrial solid waste, classified documents, a limited amount of medical waste, dewatered sewage sludge, compacted kitchen waste, waste oil and other waste vehicle fluids, and a limited number of tires. This waste must be incinerated with emissions limited to that set by European Union Directive 2000/76/EC, given effect by Statutory Instrument 275 of 2003 for new, non-hazardous waste incinerators. Scrubbing of emission gases to meet the EU regulations will be undertaken, if required. These scrubbers must be as simple as possible, must reduce emissions so that they are within the European Union standards mentioned above, and must not produce liquid by-products that require more than sewage treatment before being disposed of into the environment. Residues of solid waste from the scrubbers shall be placed into closed containers for further disposal elsewhere. Ash: Ash must meet the European standards of EU Directive 2000/76/EC. Water Discharges: Waste water discharged from the quenching of exhaust gases will be treated in the camp waste water treatment facility as standard grey water waste. Discharges will be measured as indicated in EU Directive 2000/76/EC and must meet the standards established in that directive. Transportability: All containers are subject to off-road movement by the military Deployable Rapid Operations Platform System (DROPS) for container handling. It is important that the internal fittings, packaging, and dunnaging withstand such conditions, in particular the steep angle of loading and unloading. Waste Oil Storage: Two of the four units will have waste oil burners incorporated. Storage for this oil, including crankcase oil, transmission fluid, hydraulic and break fluid, and contaminated diesel and helicopter fuel, will be in an accessible tank of at least 500 liters. Waste oil burning will be given priority so as to maximize the use of waste oil as incinerator fuel. Electrical Requirements: Only one electrical service entry per incineration facility will be allowed. All of the electrical loads and appliances in the facility will be served by the single service entry. The contractor will receive power from the camp grid at 400/230 V, 50 Hz, 3 phase. Power will be provided to a single molded, self-extinguishing PVC panel through one fixed male plug from a female socket. The contractor will supply the male plug and panel, whereas connections to the grid, including the female socket, will be by others. All plugs will meet EN 60309 (3 P + N + PE) for 3 phase power and will be recessed from the surface to avoid damage during shipping and handling. Where 230 V 50 Hz single phase power is used, waterproof power outlets shall be spring-loaded lid type SCHUKO outlets at approved 10 ? 16 Amp rating (maximum allowable rating in any socket 16 Amp) that conforms to CEE 7/4 Type F. Numbers and locations of outlets shall be at the discretion of the contractor, so as to provide a functional facility. The location of the outlets will also be shown on the shop drawings. Installed electrical appliances, including the process monitoring equipment, shall be rugged, high quality items that meet appropriate National Standards. A description of their specifications, including the name of the manufacturer, model number and reference to certification with National Standards, shall be included in the bidding package for all installed electrical appliances. Spare Parts: An initial set of spare parts, filter and testing equipment will be acquired to allow each system to operate for approximately 30 days before additional operating stocks are required. Item: 2000 Kg per day solid waste incinerator Total Number for each Accommodation Module: 1 Total Number to be Acquired: 4 Item: 30 day package of spare and operating stock Total Number for each Accommodation Module: 1 Total Number to be Acquired: 4 Please note that actual quantities to be included in the Invitation for Bid (IFB) may vary slightly from those specified in this announcement. BIDDING PROCEDURE The U.S. Department of Commerce does not serve as the Host Nation for NATO projects. Its role is to approve for bidding those firms of NATO-member nations with a facility located within the United States. Only firms approved by the U.S. Department of Commerce will be allowed to bid. Please visit the following website for instructions on applying for approval to bid on NATO projects: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm A firm that has been approved for bidding on NATO projects must request that the U.S. Department of Commerce issue a Declaration of Eligibility (DOE) for each project on which the firm wishes to bid. The DOE is used to nominate the firm to the Bidders List for a particular project. The U.S. Department of Commerce forwards the DOE to the U.S. Embassy, which in turn forwards it to the Host Nation. The Host Nation will not accept requests for nomination received directly from firms. Firms that the U.S. Embassy nominates to the Bidders List will be contacted directly by the Host Nation when the IFB has been issued. Personnel working on this project, or visiting installations and/or working at NATO sites, are required to have a NATO SECRET security clearance. The contractor is responsible for ensuring that the Defense Industrial Security Clearance Office (DISCO) forwards to the Host Nation the NATO clearance certifications for all personnel assigned to the contract. IMPORTANT DEADLINES 1. Final date to request a Declaration of Eligibility from the U.S. Department of Commerce: 18 October 2007 2. Anticipated date that the Host Nation will forward the Invitation for International Bidding (IFB) to those on the Bidders List: not before 22 October 2007 3. Anticipated closing date for receipt of bids: TBD. The bids received in response to the IFB will be valid for a period of 180 days. 4. Anticipated contract award date: TBD. Delivery 9 months after contract award.
- Place of Performance
- Address: unspecified
- Country: ?LAND ISLANDS
- Country: ?LAND ISLANDS
- Record
- SN01422708-W 20070929/070927223324 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |