Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

46 -- NATO Notification of Intent to Invite Bids for International Competitive Bidding on the Procurement of Sewage Treatment Facilities

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Office of Strategic Industries and Economic Security, Defense Programs Division, Room 3876 1401 Constitution Avenue, NW, Washington, DC, 20230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
IFIB-PBL-70020
 
Response Due
8/17/2007
 
Archive Date
8/22/2007
 
Description
The NATO Maintenance and Supply Agency (NAMSA) intends to advertise for International Competitive Bidding (ICB) on works and services within the framework of the NATO Security Investment Program. Eligible firms will be invited to bid on the procurement of four sewage treatment facilities. NAMSA is serving as the Host Nation for this project, which was authorized by the NATO Infrastructure Committee. NAMSA intends to use the sealed bidding method. Partial bidding is not authorized. The estimated value of this project is not available at this time. The reference for the IFIB is IFIB PBL 70020 - Annex C. The U.S. Department of Commerce will be using the reference IFIB-PBL-70020. The type of information to be passed on to the firms to enable them to bid is expected to be NATO UNCLASSIFIED. SCOPE OF PROJECT The contractor shall furnish to NAMSA sewage treatment facilities in accordance with the requirements in the forthcoming Statement of Work (SOW). These facilities are to be based on 6.058 m sea containers and are intended to receive and treat domestic grey and black water sewage and to discharge high quality effluent and inert sludge to the environment. The facilities will be integral to rapidly deployable headquarters camps for NATO military forces that may be established over a wide range of geographic environments and climatic conditions. Four such sewage treatment facilities are required, each of which will operate independently. These treatment facilities will be - stored in outdoor storage arrangements until needed - configured and loaded quickly for a specific mission - transported by sea, land or air along with standard ISO 6.058 meter sea containers - erected and connected rapidly by skilled soldiers who may be unfamiliar with the task - combined with other facilities to constitute a pre-planned camp - deployed on exercises for short periods each year or deployed on military operations as required - operated intensively with minimum maintenance under harsh field conditions during military operations for periods lasting up to two years - dismantled, repacked, stored and re-used a minimum of five operational cycles with only minimum refurbishment - employed to provide reliable, safe sewage treatment that will allow effluent and sludge discharge to the surroundings without consequence for the local environment, citizens or the camp occupants The sewage will be collected by others from tented living accommodation modules, each of which will accommodate 500 persons dispersed throughout the module. There will be 4 such accommodation modules, each with a separate sewage system. The collection system, supplied by others, will collect combined grey and black water from a kitchen, from shower and toilet facilities, from a laundry, and from an incinerator scrubbing system, each of which was built to accommodate 500 users. Some of the collection systems may also gather sewage from either a small medical clinic or a jail. The raw sewage will enter the treatment facility through a mechanical screen provided by the contractor. All equipment upstream of the screen will be the responsibility of others. This mechanical screen must be capable of removing hair, string, condoms, plastic bags and other solids that do not readily break down during normal biological treatment. The screened sewage will be transferred by pump or gravity to the bioreactor for aeration and oxidization through an equalization tank, if necessary. With or without an equalization tank, the system must be capable of dealing with peak loadings even during periods of maximum flow, without interfering with the normal bio-reaction process. Either continuously or in batches, the treated liquid will be separated into treated permeate and sludge. The permeate, following UV treatment and/or chlorination, must be of sufficient quality that it can be safely discharged periodically for agricultural use or for dewatering and incineration, with the dewatering and incineration to be done by others. NAMSA may wish to procure up to 3 additional units of equipment beyond the four treatment facilities confirmed as requirements in the forthcoming IFIB and relevant SOW. These additional systems will be required to be priced separately as optional quantities. NAMSA must exercise the option to purchase the additional quantities within 2 years of the contract award. BIDDING PROCEDURE The U.S. Department of Commerce does not serve as the Host Nation for NATO projects. Its role is to approve for bidding those firms of NATO-member nations with a facility located within the United States. Only firms approved by the U.S. Department of Commerce will be allowed to bid. Please visit the following website for instructions on applying for approval to bid on NATO projects: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm A firm that has been approved for bidding on NATO projects must request that the U.S. Department of Commerce issue a Declaration of Eligibility (DOE) for each project on which the firm wishes to bid. The DOE is used to nominate the firm to the Bidders List for a particular project. The U.S. Department of Commerce forwards the DOE to the U.S. Embassy, which in turn forwards it to the Host Nation. The Host Nation will not accept requests for nomination received directly from firms. Firms that the U.S. Embassy nominates to the Bidders List will be contacted directly by the Host Nation when the IFIB has been issued. IMPORTANT DEADLINES 1. Final date to request a Declaration of Eligibility: 17 August 2007. 2. Anticipated date that the Host Nation will forward the IFIB to those on the Bidders List: not before 23 August 2007. Bidders will be allowed not less than 84 days to reply to the relevant IFIB. 3. Anticipated closing date for receipt of bids: TBD. The bids to be received in response to the NAMSA IFIB will be valid for a period of 180 days. 4. Anticipated date of award: TBD.
 
Place of Performance
Address: unspecified
Country: ?LAND ISLANDS
 
Record
SN01352959-W 20070728/070726220508 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.