Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2012 FBO #3849
SOURCES SOUGHT

46 -- SUPPLY & DELIVER SEWAGE TREATMENT PLANT

Notice Date
6/6/2012
 
Notice Type
Sources Sought
 
Contracting Office
ARO - AKRO ALASKA REGIONAL OFFICE 240 West 5th Avenue ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
P12PS22727
 
Response Due
6/20/2012
 
Archive Date
6/6/2013
 
Point of Contact
Tamela R. Perry Contract Specialist 9076443311 Tamela_Perry@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: The National Park Service, Alaska Regional Office, 240 W. 5th Avenue, Anchorage, Alaska 99501 is seeking to identify potential business sources who are interested in supply and delivery of a package sewage treatment plant for the Wrangell-St. Elias National Park & Preserve. Package Sewage treatment plant specifications are as follows: Estimated design flow rate not less than 600 gpd. The treatment plant must be approved by the Alaska Department of Environment Compliance for Discharge of treated effluent on the ground surface without further treatment. Plant shall be designed to be weatherproof, as it will not initially be installed in a building. Plant shall be designed to be installed on the ground without requiring construction of a foundation; skids are preferred. The site is underlain with permafrost so that the plant shall be designed not to degrade the permafrost; use of skids that limit the ground contact and or insulation is permitted. The facility will be occupied mid-May through mid-September, so the plant shall be designed to be functional outside at this location during this time period. The plant shall be designed for easy winterization to ensure that no damage will occur due to below freezing temperatures. Clear, easy to understand winterization instructions shall be provided with the owner's manual. The unit shall be pre-wired and pre-plumbed with all necessary components so that the owner provides power and plumbs the inlet and discharge lines to the unit. The overall footprint of the plant shall not exceed 10-feet x 30- feet, to accommodate the construction of a building over it in the future. The unit shall feature ultraviolet disinfection of the discharge effluent. Chemical disinfection shall not be allowed. The unit shall have a two-year warranty. The manufacturer shall provide initial onsite training for operating the unit and shall offer telephone support for two-years after purchase. Unit will be delivered to the site which is located at approximately Mile 10 of the Nabesna Road in Wrangell-St.Elias National Park and Preserve. This sources sought is not an issuance of a solicitation or a request for proposal and the information presented in this announcement will not obligate the National Park Service in any manner. NAICS code applicable to this sources sought notice is 221320, with a small business size standard of $7M (Annual Average Receipts). CONTRACTOR SUBMISSIONS Interested vendors should provide the following information: 1) Business name, address, DUNS Number, any socioeconomic classification(s); for example: Small Business, Disadvantaged Small Business, Woman-Owned Small Business, Economically Disadvantage Woman-Owned Small Business, HUBZone and/or Service-Disabled Veteran-Owned Small Business. 2) A positive statement of intention to submit an offer for the solicitation (if issued). Firms are reminded that pursuant to Federal Acquisition Regulation Subpart 4.11, prospective contractors must be registered in the CCR database (http://www.ccr.gov) prior to award of a contract. In addition, the Annual Representations and Certifications (http://orca.bpn.gov) will apply to this procurement. Interested parties are encouraged to respond to this notice not later than 3:00pm Alaska Time on June 20, 2012. You may either email your response and any relevant information regarding specific performance or other qualifications regarding this requirement to Tamela R. Perry, Contracting Officer at tamela_perry@nps.gov, the email should be entitled "WRST - Sewage Treatment Plant." Alternatively, response may be mailed to the contracting officer at "National Park Service, Alaska Regional Office, Attn: Contracting (Tamela R. Perry), 240 W. 5th Avenue, Room 114, Anchorage, AK 99501". Please ensure that your response includes a name and point-of-contact for your firm. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responses received by the Government from interested contractors. All information/materials provided to the government will become the proper of the Government and will not be returned. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a set-aside either competitive or sole source or of any guarantee of award or particular acquisition strategy developed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22727/listing.html)
 
Place of Performance
Address: Wrangell-St. Elias National Park & Preserve
Zip Code: 995730439
 
Record
SN02767184-W 20120608/120606235004-8822f6651c35f2b605e9e217fc2fb541 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.