SOLICITATION NOTICE
46 -- Purchase Ultraviolet Disinfection System
- Notice Date
- 7/28/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
- ZIP Code
- 65305
- Solicitation Number
- FA4625-08-Q-0031
- Point of Contact
- Micheal D. Fisk,, Phone: 6606875405, Carl See,, Phone: 660-687-5425
- E-Mail Address
-
509cons.sollgca@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Solicitation number FA4625-08-Q-0031 is issued as a request for quotation to purchase a Calgon C3150 Ultraviolet Disinfection System, or similar, at the Wastewater Treatment Plant at Whiteman AFB, MO. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, DFARS DCN 2008-0721, AFFARS AFAC 2008-0605. The NAICS code is 333319 with the corresponding small business size standard of 500 employees. This is a best value acquisition. The following factors shall be used to evaluate offers: Price. Paper copies of the Request for Quotation shall not be made available. General Requirement: Calgon C3150 Ultraviolet Disinfection System, or equal, to treat effluent at the Wastewater Treatment Facility. Specifications needed: System must be able to easily transition from normal daily flow of 1 MGD to a peak flow of 2.5 MGD. Design Conditions Peak Flow 2.5 MGD Average Flow 1 MGD Minimum UV Transmittance 65% Total Suspended Solids 15 mg/L Fecal Coliform Permit Limit 100 CFU/100mL, based on 30 day geometric mean System Configuration Number of Channels 2 Number of Banks/Channel 1 Number of Racks/Bank 3 Number of Lamps/Rack 6 Number of UV Sensors 2 Number of Power Distribution Centers 2 Number of System Control Centers 2 Number of Weirs 2 System must have two separate channels allowing for the treatment of the average flow with the capability to handle the designed peak flow as required. Available space is a factor that must be taken into consideration. Overall dimensions should be under 180 inches long and 50 inches wide. Design will have low pressure, high intensity lamps reducing the number of lamps required and the associated maintenance with the lamps. System will include automatic, in-place mechanical lamp cleaner requiring no chemicals. System will include all associated parts and equipment considered to be integral to the actual UV Disinfection System. Power and piping requirements external to the actual system are not to be included. Equipment specifications, three copies, will be provided at delivery. Operator training, start-up and commissioning services are required to be provided at a time designated by the government within 1 year of delivery. This contract is firm fixed price. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.204-4, Printed or Copied Double-Sided on Recycled Paper. 52.204-6, DUNS 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Reps and Certs-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (X in blocks) 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.225-1, Buy America Act--Supplies 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-2, Service of Protest (509th Contracting Squadron/LGCA, Whiteman AFB, MO 65305-5344) 52.252-1, Solicitation Provisions incorporated by reference (http://farsite.hill.af.mil) 52.252-2, Clauses incorporated by reference (http://farsite.hill.af.mil) 52.252-5, Authorized Deviations in Provisions fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 52.252-6, Authorized Deviations in Clauses fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.203-3, Gratuities 252.225-7028, Exclusionary Policies and Practices of Foreign Governments 252.232-7003, Electronic Submission of Payment Requests 252.247-7024, Notification of Transportation of Supplies by Sea 52.216-1, Type of Contract 5352.201-9101, Ombudsman Mr. Raymond Carpenter/129 Andrews Street, Ste 102/Langley AFB VA 23665-2769/ Phone: (757) 764-5371 Fax: (757) 764-4400 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation. Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. Para (b)(10): This paragraph is deleted. Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 30 September 2008. Para (e): This paragraph is deleted. Para (g): This paragraph is deleted. Para (h): This paragraph is deleted FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. Quotes are to be e-mailed to the following e-mail addresses: 509cons.sollgca@whiteman.af.mil; or sent by FAX to (660) 687-4822 to the attention of Mr Micheal Fisk. NOTE: Quotations shall be received by 04 Aug 2008, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1c19c9d50f574b82e841644e003b67c7&tab=core&_cview=1)
- Place of Performance
- Address: 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN01624593-W 20080730/080728222619-1c19c9d50f574b82e841644e003b67c7 (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 |