|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1999 PSA#2412Department of the Air Force, Air Education and Training Command, Luke
AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309 46 -- BIO-REMEDIATION SERVICES SOL F02604-99-QU058 DUE 083199 POC
James Key, Contract Specialist, Phone 623) 856-7172 x258, Fax (623)
856-4992, Email james.key@luke.af.mil -- Al Zero, Specialized Flight
Chief 56CONS/LGCV, Phone (623) 856-3432, Fax (623) 856-4992, Email WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F02604-99-QU0
58&LocID=509. E-MAIL: James Key, james.key@luke.af.mil. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in subpart 12.6 as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This solicitation, No.
F02604-99-QU058 is issued as a request for quotation (RFQ). This
solicitation document, incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-09. This is a 100% Small
Business Set-Aside; SIC 9511, $5 million. Contract Line Item (CLIN)
0001; NONPERSONAL services to provide all personnel, equipment, tools,
materials, supervision, and services necessary to comply with the
following: STATEMENT OF WORK PROJECT: Work Order 39156, BIO-REMEDIATION
SERVICES TO TREAT WATER CONTAMINATION, LUKE AFB, AZ. This statement of
work is for the requirement to remediate water contaminated with TRPH
and grease, which is collected in oil/water separators, holding tanks,
grease traps, and wastewater collection piping transferring
contaminated water from its sources to wastewater treatment facility.
This shall be done with the use of microbes that will reduce the
contaminants and the preventive maintenance activity. The product will
be the latest generation of microbial bacteria identified as 327-HC
and 327-GT: not to compare to less effective enzyme process. This work
specification establishes the minimum requirements to provide
bio-remediation services to treat water contamination of total
recoverable petroleum hydrocarbons (TRPH) in oil water separators and
grease in grease traps at Luke AFB, AZ. There are three general sources
for the contaminants to enter the oil water separators/traps: sinks,
paved surfaces such as aircraft ramp with associated aprons and roads,
and drains and food preparation facilities. The objective is twofold.
First, reduce the contamination to below Environmental Protection
Agency standard 418.1 at the effluent from the wastewater treatment
plant by commencing and sustaining the cleaning process from the source
throughout the system. Second, obviate the need to periodically
contract removal of oil contaminants from the oil water separators,
holding tanks and grease removal from traps for disposal at authorized
landfills or processing facilities. The contractor shall provide all
personnel, equipment, tools, materials, supervision and services
necessary to treat contaminated wastewater. Reducing the TRPH count to
less than 100 parts per million (PPM), phenol compounds to less than
5 parts per billion (PPB). Grease collected to particle count to EPA
standards through the process where microorganisms will metamorphize
the contaminates to a by-product of water and carbon dioxide.
Contractor will install peristaltic pumps at 32 locations (22 for TRPH
and 10 grease), and 16 (TRPH) manually fed locations where
contaminates originates. The pumps/time dissolve cakes will introduce
bacteria to the drain lines carrying the contaminants to the
separators/traps. These process and digest contaminants adhering, to
the surface of drain lines as well as those TRPH contaminants in the
separators or grease in traps. A container filled with 327-HC/327-GT
hydrocarbon will be installed with a battery-operated pump under a
sink, near a drain. For those sites where a sink is not available, the
contractor will construct a unit to provide a complete enclosure. No
visible openings for equipment and products, and install it next to
site where bacteria will be added. The pump is designed to release a
predetermined amount daily. Contractor personnel will schedule
replenishment of the container to ensure uninterrupted insertion of
microbes to drain lines. Contractor must provide a complete enclosure
shelter with no visible opening for all equipment that is not located
inside of a facility. The contractor guarantees the bio-remediation
process will successfully accomplish the objectives within the stated
parameters. The contractor reserves the option to introduce alternate
methods for treatment to enhance the process. The contractor will
evaluate all grease traps to determine if they require pumping, then
report locations that require pumping to necessary personnel. The
contractor will have a Arizona certified analytical laboratory, perform
quarterly tests for Phenols and TRPH after oil water separator #912 and
before treatment at wastewater treatment plant to ensure meeting or
less than limits stated. The contractor will perform all services in
accordance with local, state, and federal laws and regulations. The
contractor shall provide the manpower and expertise to perform tasks
associated with the contract. Contractor shall analyze the
bio-remediation activity and determine proper actions to complete the
process. Contractor is not responsible for removal of contaminants
other than those identified in the contract. The contractor will
develop the capability to integrate its data collection electronically
(E-mail) with customer's process activity. The contractor will
establish and maintain a file for tracking each oil water
separator/trap at which bacteria are added facility number(log Sheet).
The documents will define approximate quantities and dates of addition
to tanks/traps. A file will contain analyses provided by the
independent laboratory. Data will be tracked to establish parameters
and monitored during subsequent years to identify variations, which
exceed the parameters. The contractor will identify the source and
adjust the release of microbes to return the readings within
parameters. The records will be placed in an inactive file at the
conclusion of each fiscal year. The records will be stored for the
period of the contract and released to the customer. The contractor
will provide Material Safety Data Sheet for nutrients and bacteria
supplied for the bio remediation processes. Documentation stating and
verifying the advertised product will be maintained as part of the
consumption data file. The contractor will maintain records concerning
maintenance of the equipmentto include battery replacement. The
contractor will establish and maintain records accurately defining the
consumption of the bacteria and nutrients if used to perform the tasks
identified within statement of work. The provisions at FAR 52.212-1,
Instructions to Offerors -- Commercial Items applies to this
solicitation. 52.212-2 -- Evaluation -- Commercial Items. As prescribed
in 12.301(c); (a) The Government will award a contract resulting from
this solicitation to the responsible low price technical acceptable
offeror whose offer conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate offers: (i) technical
capability of the item offered to meet the Government requirement; (ii)
price; (iii) past performance (see FAR 15.304). FAR 15.304(e)(3)
Technical and past performance are significantly less important than
price. Technical and past performance, when combined, are equal when
compared to price. (b) A written notice of award or acceptance of an
offer, mailed or otherwise furnished to the successful offeror within
the time for acceptance specified in the offer, shall result in a
binding contract without further action by either party. Before the
offer's specified expiration time, the Government may accept an offer,
whether or not there are negotiations after its receipt, unless a
written notice of withdrawal is received before award. Offerors shall
include with the submission of their offer a completed copy of the
provision at FAR 52.212-3, Offeror Representations and Certifications
-- Commercial Items. The clause at FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items applies to this acquisition. The clause
at FAR 52.212-5, Contract Terms and conditions Required to Implement
Statutes or Executive Orders -- Commercial Items applies to this
acquisition with addenda incorporating FAR clause(s) 52.222-41, Service
Contract Act, Wage Determination No.: 94-2023 Rev (13), 52.223-3,
Hazardous Material Identification and Material Safety Data, 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, 52.223-5, Pollution Prevention and Right-to-Know
Information. The clause at DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive orders
Applicable to Defense Acquisitions of Commercial items applies to this
solicitation with addenda incorporating DFARS clause(s) 252.225-7001,
Buy American Act and Balance of Payment Program. To be considered for
award, bidders must also comply with DFARS 252.204-7004, Required
Central Contractor Registration and DFARS 252.232-7009, Payment by
Electronic Funds Transfer. Central Contractor Registration information
can be obtained through the Internet at www.acq.osd.mil/ec or by
calling (888) 352-9333. If you have any questions or concerns, contact
James Key at (602) 856-3442 x 258. All proposals must be e-mailed to
james.key@luke.af.mil. Offers shall be submitted and received not later
than 4:00 PM local time, 31 August 1999. Posted 08/16/99 (D-SN368323).
(0228) Loren Data Corp. http://www.ld.com (SYN# 0253 19990818\46-0002.SOL)
46 - Water Purification and Sewage Treatment Equipment Index Page
|
|