|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1998 PSA#208150 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
|
|