SOLICITATION NOTICE
45 -- Supply, Delivery, and Installation of Energy Recovery System for Kalaupapa Nati
- Notice Date
- 8/4/2017
- Notice Type
- Presolicitation
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- NPS, PWR - HONO MABO 300 Ala Moana Blvd, Room 6-226 Box 50165 Honolulu HI 96850 US
- ZIP Code
- 00000
- Solicitation Number
- P17PS02151
- Response Due
- 8/14/2017
- Archive Date
- 10/15/2017
- Point of Contact
- Graham, Rebecca
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE: PRE-SOLICITATION Project Name: Supply and Install Waste to Energy Recovery System. This announcement is in reference to Solicitation Number P17PS02151. The U.S. Department of the Interior, National Park Service intends to solicit proposals from qualified firms for a firm-fixed price professional services contract to furnish all labor, management, supplies, equipment, materials, travel, transportation, and permitting necessary to perform all operations required for the successful completion of the project. The National Park Service, Kalaupapa National Historical Park (NHP) has a requirement for supply, delivery, installation, and commissioning of a novel waste to energy system for use at the Kalaupapa NHP transfer station. The desired resource recovery system will allow Kalaupapa NHP to reclaim the energy resources from combustible materials, which are currently being discharged to landfills, while continuing to be good stewards of the environment. Kalaupapa NHP is located in an isolated setting midway along the north shore of the island of Molokai in the State of Hawai'i. The peninsula is a comparatively flat plateau of lava about 2-1/4 miles wide, projecting out from a 2,000 foot cliff and was formed by a small volcano, arising from Kauhak ¿ Crater, adjacent to the larger volcanoes that form Molokai. Molokai is located on the Pacific Ocean. Kalaupapa NHP is isolated from the rest of Molokai and no roads exist to connect it with other parts of the island. The airport is limited to small commuter plane service, and daily air freight deliveries. Barge delivery service operates only once per year to ship bulk items. The contractor will be responsible for delivery of the waste to energy/resource recovery system to Kalaupapa National Historical Park, Hawaii. The footprint of the system shall be no greater than 15' x 15' and the maximum height of the system shall be 10'. The Contractor shall supply the necessary support for the initial installation and commissioning of the system. Contractor shall provide classroom and/or hands-on training for the crew of maintenance workers and operators. The Government award will be based on best value continuum, tradeoff process IAW FAR 15.101-1. All evaluation factors other than price, when combined, are approximately equal to price. Offer must include: 1. Description of offerors supply/equipment match most closely with the compatibility with the Park ¿s infrastructure and environment, types of waste stream it is able to process, overall footprint of the equipment, and its automated and remote monitoring capabilities. 2. Demonstrate offerors ability to manage remote logistical challenges similar to Kalaupapa National Historical Park. 3. Documentation of technical qualifications to include: a) Maintenance Availability: Provide any information available on the continuing maintenance required to meet activity requirements. Also include the costs of maintenance and the useful life of the parts and supply/equipment. b) Warranty: Provide any information on warranties available for the supply/equipment. c) Training or Specialized Qualifications: Provide any information on any unique or specialized qualifications required to meet the activity requirement or operate the supply/equipment. 4. Descriptions of past performance to include: a) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. b) Performance Surveys: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this RFP. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Provide a list of no more than ten (10) 1, of the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years. Offerors are required to have a DUNS number and an active registration in SAM (www.sam.gov) in order to conduct business with the Federal Government. Time for proposed contract completion is approximately 120 calendar days. The solicitation and attachments will be posted electronically on or about August 14, 2017 at the following website: Federal Business Opportunities (www.fbo.gov) and FedConnect (www.FedConnect.net). All amendments will also be posted to these websites. Responses will be due approximately 14 days following the date of the posting of the solicitation unless extended. The entire solicitation package with all attached documents will be available in Adobe PDF. Paper copies of this solicitation will not be made available. This synopsis/pre-solicitation announcement is not a solicitation document, but a pre-notice of the upcoming solicitation. Specific instructions on submitting your quotes will be contained in the solicitation documents to be issued on or after the date listed above. Offerors can search for opportunities and award history on fbo.gov and FedConnect.net without registering. Both the Federal Business Opportunities (www.fbo.gov) and FedConnect (www.fedconnect.net) websites have an Interested Vendors List and a Watchlist that you can add your company's interest. Registering is free and provides opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. In order to download a copy of the solicitation, offerors may be asked to register their company with FedConnect (www.fedconnect.net). Instructions on how to submit your quote electronically can be found in the FedConnect Ready, Set, Go! Document, which is located at https://www.fedconnect.net?FedConnect/PublicPages/FedConnect_Ready_Set?Go.pdf. Additional technical assistance can be obtained by emailing the FedConnect Help Desk personnel at support@fedconnect.net or 1-800-899-6665. Be prepared with your company ¿s DUNS number, and your Federal Tax Identification Number (TIN). It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administration's (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. (End of announcement)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS02151/listing.html)
- Record
- SN04613548-W 20170806/170804231649-e8f4b7ea925b119d45b699abb7b1e126 (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 |