Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1998 PSA#2081

50 CONS/LGCW, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649

99 -- POND COVERS SOL FA2550-98-Q0556 DUE 051398 POC Raymond S. Tracey, (719) 567-3437 E-MAIL: Contract Specialist, traceyrs@fafb.af.mil. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. (ii) FA2550-98-Q0556 is the solicitation number, the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. (iv) This acquisition is set aside for small business. Standard Industrial Code 2394 applies, with a size standard of 500 employees. (v) CLIN 0001 Pond Cell 2B Cover dimensions 102' by 32' $__ __ __ __. CLIN 0002 Pond Cell 3B Cover dimensions 67' by 32' $__ __ __ __. CLIN 0003 Pond Cell 2A Coverdimensions 102' by 32' $__ __ __ __. CLIN 0004 Pond Cell 3A Cover dimensions 67' by 32' $__ __ __ __. (vi) The cover system should consist of individual casings, which are laced together during installation using PVC coated stainless steel cable to form a complete cover over all liquid in the pond. Each individual casing should be comprised of closed-cell insulation with an R-10 rating sealed between two sheets of 40 mil HDPE durable geomembrane. The cover system should provide: Algae Control: With 100% of the surface area covered sunlight cannot reach the water, thus eliminating algae production and its contribution to BOD and TSS. Installation: Cover System must be installed with ponds full or empty and allow for coverage one foot past waterline. Customization: Cover System must conform to unusual pond shapes, and accommodate aerators, pumps, walkways, piping penetrations, etc. NoBallooning/Gas Pockets: Gases must vent between the casings of the Cover System, preventing the occurrence of ballooning or gas pockets. No Rainwater Ponding: Rainwater and melting snow must pass between the individual cover modules; therefore, water collection and removal are not required. Cover Removal/Reinstallation: The Cover System must be designed to be removed and reinstalled without damage to the cover during sludge removal. Access Holes: The covers will be constructed with access holes to allow sampling of wastewater. The location of access holes will be identified to the contractor during the site visit. The following equipment and services will be provided by the contractor: A. Cover casings to cover a total of 28,840 square feet. B. Cabling and fastener to attach cover sections together. C. Anchoring system (posts and cable) to secure cover to shore line. D. Layout and fabrication of the cover system. E. Basin surveys (to provide accurate dimensions). F. Freight G. Contractor will provide technical advice and written instruction to install and anchor Pond covers. Government Furnished Equipment: A. None (vii) The pond covers shall be delivered no later than 15 June 1998; all terms are FOB destination Falcon AFB, Colorado Springs. (viii) The provision at 52.212-1, Instructions to Offers-Commercial Items, applies, (ix) with the following evaluation factors: first, past performance, second, price. Past performance is more important than price. The government reserves the right to award an offeror other than the low priced offeror. (x) Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3. Offeror Representation and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items and Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this solicitation. Specifically the following clauses, are applicable to this solicitation: FAR 52.203-6, Restrictions on Subcontractor sales to the Government with Alternate I: 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 Reports on Special Disabled Veterans and Veterans of the Vietnam Era; DFARS 252.225-7001, and Buy American Act and Balance of Payments program. (xiii) Options do not apply to this requirement. (xiv) Defense Priorities and Allocations systems do not apply. (xv) CBD Note 1(set aside) applies. (xvi) Quotations are due at 12pm (noon), local time, on Monday, May 13, 1998, at 50 CONS/LGCI, 66 Falcon Pkwy Ste 49, Falcon AFB Co 80912-6649. Fax responses are acceptable to FAX 719-567-3809, clearly marked for the attention of Raymond S Tracey. Offer shall also include the pricing information required in (v) above, as well as the representations and certifications required by (x) above. The offer shall also include any warranty information that will be provided with the offeror's product. The offeror must describe the details of what it is offering. The offer is strongly encouraged to also submit brochures or other commercial literature showing work of the type desired by this solicitation which will clearly demonstrate past performance information such as references of customers who have previously purchased the offeror's products. The more information provided, the better able the Government will be to judge the merits of the offeror's proposal and select the best value for the Government. (xvii) For information, call Raymond S Tracey at 719-567-3437 or fax 719-567-3809. (0112)

Loren Data Corp. http://www.ld.com (SYN# 0277 19980424\99-0002.SOL)


99 - Miscellaneous Index Page