Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1999 PSA#2412

Department 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