Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 15, 2001 PSA #2851
SOLICITATIONS

53 -- PLASTIC MEDIA ABRASIVE GRAIN

Notice Date
May 11, 2001
Contracting Office
U.S. Property and Fiscal Office for Connecticut, Contracting Division, 360 Broad Street, Hartford, CT 06105-3779
ZIP Code
06105-3779
Solicitation Number
DAHA06-01-R-0003
Response Due
May 30, 2001
Point of Contact
SSG Katie Zarzycka, 860-524-4875
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 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. The Connecticut Army National Guard requires the supply of plastic blast media for aircraft paint stripping operations. The program required is for the supply of new plastic blast media as required, the pick up of used media from the end user and the recycle of the used media into a viable commercial product. The result is that the end user is not a generator of waste and does not have waste disposal costs. Paint blast media (PBM) will be used to remove coatings, such as paint, from military aircraft, aircraft components and all other workload requirements. The contractor shall have a product, which covers the minimum requirements for the lease of PBM. The contractor shall remove the spent material for the purpose of recycling and shall have a use for the spent material generated at the facility as a result of the blasting process. This application shall consist of recycling the spent material and utilizing the same spent material as an ingredient in an industrial process to make a new product, in accordance with Section 261.2(e)(1)(I) of the United States Statute 40 CFR Resource Conservation and Recovery Act (RCRA) Hazardous Waste Regulations, which allows the spent material not to be considered a solid waste. Therefore, the contractor, in pursuing the product application shall relieve the US Government, CTAVCRAD; Groton, CT from all hazardous waste liability associated with the spent material. Delivery of PBM and pick up of spent material will be accomplished at the Connecticut Aviation Classification Repair Activity Depot (CTAVCRAD), bldg. p-320, Aviation Logistics, Groton New London Airport, 139 Tower Ave, Groton CT 06340 between the hours of 7:00am and 3:30 pm (Eastern), except on Federal Holidays. The CTAVCRAD shall notify the contractor telephonically of the number of pounds (drums) of spent material to be picked up and schedule delivery/pickup dates and times accordingly. All plastic media must conform to Military Specification MIL-P-85891A "Plastic media for removal of organic coatings". Secondary material from blast media, containing a residue media and paint chips. It is understood that paint chips may contain heavy metals that if disposed f, would be hazardous waste. It shall be free flowing powder based on core analysis of spent material. Spent material shall not be adulterated with other chemical waste streams. Spent material will contain only pastic media, paint dust, and paint chips (which may include lead, cadium, and chromium). Small quantities (1 pint or less per container of spent material) of liquid from the aircraft and aircraft components such as leaking hydraulic fluid shall be allowed. It will be free of greases, petroleum products, trash, wood, paper, garbage, or other foreign or radioactive material (collectively "unacceptable contaminants"). Returned product, which contains unacceptable contaminants, will be returned in compliance with Federal and State Regulations. CTAVCRAD Aviation logistics, will assist the contractor in unloading/loading of new and/or spent plastic media drums. The contractor shall provide transportation and labor necessary to fulfill this requirement. The contractor shall provide copies of all permits and licenses required by regulatory agencies with their bid. The contractor shall provide the labels to be placed on the spent material drums to the CTAVCRAD. Labels shall meet the requirements of the DOT, EPA, state and local regulations pertaining to the marking handling, storage, transportation of recyclable and hazardous waste material. Recycling must occur in the United States. The contractor must supply a determination from the CT department of environmental protection and the state agency in the state of recycling, stating that the spent blasting media if recycled into a commercial product, will not be a solid or hazardous waste in accordance with state regulations. The contractor shall be required to provide blast media to the CTAVCRAD on an as needed basis. The blast media shall be delivered in reusable UN approved drums for the transportation of PBM. Each drum shall contain approximately 250 pounds of new blast media. The drums shall be capable of being resealed and will be used by the CTAVCRAD to collect, store, and prepare spent material for pickup by the contractor for recycling. Under the provisions of this contract, contractor shall make available to the customer any of the media which contractor produces in standard mesh size 20 to 30, which conforms to MIL SPEC MIL-P-85891a (TYPE V). The media must meet MIL SPEC attrition rate of less than 6%. New blast media drums shall be marked with label identifying type of media. Mesh size, manufacturer, batch number, and net weight of blast media. Drums shall be inspected upon delivery and prior to being unloaded from the contractor's conveyance. The contractor at no cost to the Government shall replace drums that are rejected by the government prior to being unloaded. The contractor shall be responsible for obtaining and adhering to all city, state, federal regulations pertaining to the transportation, spillage, handling, storage, and recycling of spent PBM while performing this contract. The contractor shall reimburse the government all expenses incurred as a result of any enforcement actions or liability suit settlements, which are caused by the contractor failure to comply with regulations. The contractor must assure that recycled media is ultimately incorporated into a viable product to offer to consumers. Delivery schedule varies and is estimated at 6,000 pounds per year. The anticipated contract is for a base period of one year and two, one -year options to extend the period of the contract. This procurement will be a best value source selection process, utilizing price, past performance, quality, and environmental objectives as evaluation factors. This acquisition is 100% set aside for small business participation. A firm fixed price contract is expected. Descriptive literature of your proposed product and description of the commercial product is required, descriptive literature must be of the type and detail to allow for a definitive determination of compliance with the specifications. The following FAR and DFARs are applicable to this solicitation: 52.212-1, Instructions to Offerors -- Commercial Items, 52.212-2, Evaluation Commercial Items (specifications being met and lowest pricing), 52.212-3, Offeror Representations & Certifications Commercial Items, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders Commercial Items, 52.247-34, FOB Destination, 252.204-7004, CCR Certification. Quoters must submit a copy of provision 52.212-3 with their quote; it may be obtained at www.arnet.gov/far . Quoters are encouraged to use Standard Form 1449 to submit their quote. All quoters must propose a delivery schedule in their quotation. Contract award is anticipated by 30 July 2001. Proposals are due in this office by close of business on 4 June 2001. Award will be based on best value to the Government, with consideration to the factors of proposed technical merits, including delivery, price, and past performance. Note that registration in the Central Contractor Registration database is a requirement for award. The web site for registration is www.ccr2000.com. Oral communications are not acceptable in response to this notice. You may fax your proposal to 860-524-4874 or Email it to the Contracting Officer at katarzyna.zarzycka@ct.ngb.army.mil.
Record
Loren Data Corp. 20010515/53SOL001.HTM (W-131 SN50L8V8)

53 - Hardware and Abrasives Index  |  Issue Index |
Created on May 11, 2001 by Loren Data Corp. -- info@ld.com