|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1998 PSA#215050 CONS/LGCW, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 99 -- REMOVE AND LAND APPLY SLUDGE FROM SCHRIEVER AFB, COLORADO
SPRINGS SOL FA2550-98-Q0594 DUE 081798 POC Contract Specialist Raymond
S Tracey, (719) 567-3437, Contracting Officer, Michael P. Wittkopf,
719-567-3456 E-MAIL: Contract Specialist, traceyrs@schriever.af.mil.
(i) This is a combined synopsis/solicitation for commercial items
prepared in accordance with FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation: quotes are being requested and a
written solicitation will not be issued. (ii) FA2550-98-Q0594 is the
solicitation number, the solicitation is issued as a request for
quotation (RFQ). (iii) The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-04 and Defense Acquisition Circular 91-13. (iv) This
acquisition is set aside 100% for small business. Standard Industrial
Code 4953 applies, with a size standard of $6 million. (v) These are
estimated quantities. CLIN 0001 Lab testing and analysis for all six
lagoons, 1 Job $___________. CLIN 0002 Site permits for on site land
application $___________. CLIN 0003 Biosolids pumping, Transportation,
land application, 0003AA, CELL 1 A & B, 2 feet deep, quantity 838,000
gallons $___________.0003AB, CELL 2 A & B, 1.5 feet deep, quantity
149,000 gallons $___________. 0003AC, CELL 3 A & B, 1 foot deep,
quantity 55,000 gallons $___________. CLIN 0004 Lab testing and
analysis for all six lagoons, quantity 1 Job $___________. CLIN 0005,
Site permits for Off-site land application, quantity 1 Job $__________.
CLIN 0006, Biosolids pumping, Transportation, and Land Application.
CLIN 0006AA, CELL 1 A & B, 2 feet deep, quantity 838,000 gallons
$___________. CLIN 0006AB, CELL 2 A & B, 1.5 feet deep, quantity
149,000 gallons $___________. CLIN 0006AC, CELL 3 A & B, 1 foot deep,
quantity 55,000 gallons $___________. (vi) Services Provided: Furnish
all labor, tools, parts, materials, facilities, and transportation
necessary to remove and land apply biosolids (lagoon sludge) contained
within the six lagoons at WWTP. Contractor will submit permit
application to land apply on or off base. Total estimated gallons of
sludge to be removed 1,042,000 gallons. Contractorwill provide turnkey
operation that shall be virtually odor free, clean and non-offensive
to the local populace or the general public. Furthermore, the program
will be managed in a manner that is truly acceptable to the farmer and
the agricultural community in general. The equipment used will meet or
exceed all operational, safety and insurance standards as set forth by
the industry or by statute. The land application process shall be
strictly monitored for permit compliance and public acceptance.
Permits: All of the biosolids to be applied on this project shall only
be applied to sites where the contractor has obtained all appropriate
permits. Contractors will submit with their offer the location of
where they plan to obtain the permit. This proposal envisions
permitting application sites either on base or off base. If the site is
permitted on base, the site will be solely for the land application of
biosolids from the base. Colorado Department of Public health &
Environment & United State Environmental Protection Agency Complianc
(CDPH&E) (USEPA): Contractor will comply with all federal and state
laws regarding the land application of biosolids, specifically
including, without limitations, those contained in 4OCFR 503 and 4.9.0
of the State of Colorado and corresponding guidelines or other
applicable legislation, regulations permit conditions and guidelines of
any governmental entity, as amended. Other entities will not be
involved in this or any other project unless all applicable regulations
are met. In addition, meeting and complying with the various
regulations as this pertains to land application of bio-solids.
Contractors will also provide assistance to Schriever AFB, as the
preparer, in complying with these regulations. land Application:
Contractor will be responsible for determination and calibration of
proper land application rates, which are based upon the agronomic rate
of the proposed crop to be grown on the site. Application shall be
accomplished with the state of the art agricultural equipment according
to proper agronomic standards and will not exceed the amounts allowed
by the CDPH&E or the USEPA. Proper countermeasures to include
sub-surface application will be employed to meet the vector attraction
reduction. .Reporting: Contractors will perform all of the reporting
that is required for the land application of biosolids as detailed in
40 CER 503 and 4.9.0 of the Colorado Department of Public Health and
Environment. Some aspects of the report will require that the preparer
execute Certification Statements in addition to the ones that
contractors will execute as the applier. Contractors will coordinate
all reports to CEV office and provide a complete copy of this report to
this office or to CEV. Timing: If the biosolids are applied to sites on
lands that have cattle grazing on them, the cattle will have to be
removed for 30 days after application. Operations will be completed
within 30 days after mobilization onto the project. 50 CES/CEV office
will contact cattle owner is applicable. Government's Responsibilities:
Schriever AFB shall provide the contractor with nutrient and pollutant
concentration data, pathogen destruction data and vector attraction
reduction data, when appropriate, as required by the CDPH&E and USEPA.
Contractor shall be responsible to pay the state fee associated with
the land application of biosolids, which is currently $2.40 per dry
ton. Contractor will submit proof of payment 50 CONS/LGCI. Scope of
Work: Contractor will provide for the removal and land application of
the biosolids contained within the six lagoons located at Schriever Air
Force Base. There are a number of different aspects of this proposal
and subsequent contract that may have to be implemented depending upon
existing data and which land application sites are used. The different
aspects of this project can be summarized as follows: Quality and
Quantity determination- If no data exist regarding the amount of
biosolids in the lagoon or the chemical constituents, as required prior
to land application by the CDPH&E, the contractor will perform the
required tasks in order to determine this. Site Permitting: On-Site
(Schriever AFB) the contractor will obtain necessary permit(s) for any
land application site within the boundaries of the base. Off-Site
(local farmer) the contractor will locate and obtain necessary
permit(s) for any local farm sites that receive the biosolids from
Schriever AFB. Submit two copies of site permit to 50 CONS/LGCI, Bldg.
T66, Suite 49, Schriever AFB, Colorado Springs 80912. Biosolids
Pumping, Transportation and Land Application -- Contractor will remove
the biosolids from the lagoons, transport to either on site or off
site, and land apply according to federal, state and local regulations.
Estimation of sludge: CELL 1 A & B -2 feet deep -- 838,000 gallons,
CELL 2 A & B -- 1.5 feet deep -- 149,000 gallons, CELL 3 A & B -- 1
foot deep -55,000 gallons, Total estimated gallons 1,042,000 gallons.
Operational Plan: Contractor will pump the biosolids from each lagoon
using industry standards. In order to reduce the potential damage to
the integrity of the lagoon bottom, the contractor may use a bobcat to
push the biosolids to the pump. Contractor will need a bobact to
ensure complete removal of sludge from the lagoons. Most of the sludge
can be removed through the sludge draw-off tubes, however the covers
will have to be removed and final cleanout will need to be done
utilizing a bobcat. Liquefying would cause too much "erosion' of the
base. The biosolids will be pumped directly from the lagoon into
tankers for transport and application at the permitted application
sites. Biosolids applied, shall meet all agronomic and regulatory
standards. If water has to be removed from the lagoon in order to
access the biosolids, the contractor will provide services as part of
this contract. Passes and Badges or ID: Contractor will be responsible
for obtaining all necessary passes, badges, and vehicle pass for each
day of work. Contractor will obtain and provide for escorts to enter
Schriever AFB during the performance period of this order. (vii)
Performance period shall not exceed 14 work days, all terms and
conditions are FOB destination Schriever AFB, Colorado Springs. (viii)
The provision at 52.212-1, Instructions to Offers-Commercial Items,
applies, (ix) with the following evaluation factors: first, past
performance, second, price. Past performance is more important than
price. The government reserves the right to award an offeror other than
the low priced offeror. (x) Offerors must include with their offer a
completed copy of the provisions at FAR 52.212-3. Offeror
Representation and Certifications-Commercial Items, and DFARS
252.212-7000, Offeror Representations and Certifications Commercial
Items. (xi) The clause at FAR 52.212-4, Contract Terms and
Conditions-Commercial Items, applies. (xii) FAR 52.212-5, Contract
Terms and Conditions Required to Implement Statues or Executive
Orders-Commercial Items and Statutes or Executive Orders Applicable to
Defense Acquisitionsof Commercial Items, applies to this solicitation.
Specifically the following clauses, are applicable to this
solicitation: FAR 52.203-6, Restrictions on Subcontractor sales to the
Government with Alternate I: 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity: 52.219-8, Utilization of Small Business
Concerns and Small disadvantaged Business Concerns: 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; 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; DFARS 252.225-7001, and Buy American Act
and Balance of Payments program. 52.236-7, Permits and
responsibilities; 52.223-5,Pollution Prevention and Right-to-Know
Information (xiii) Options do not apply to this requirement. (xiv)
Defense Priorities and Allocations systems do not apply. (xv) CBD Note
1(set aside) applies. (xvi) Quotations are due at 2 pm (noon), local
time, on August 17, 1998, at 50 CONS/LGCI, 66 Falcon Pkwy Ste 49,
Schriever AFB Co 80912-6649. Fax responses are acceptable to FAX
719-567-3438, clearly marked for the attention of Raymond S Tracey.
Offer shall also include the pricing information required in (v) above,
as well as the representations and certifications required by (x)
above. The offer shall also include any warranty information that will
be provided with the offeror's product. The offeror must describe the
details of what it is offering. The offer is strongly encouraged to
also submit brochures or other commercial literature showing work of
the type desired by this solicitation which will clearly demonstrate
past performance information such as references of customers who have
previously purchased the offeror's products. The more information
provided, the better able the Government will be to judge the merits of
the offeror's proposal and select the best value for the Government.
(xvii) All request for additional information must be submitted in
writing. EMAILADD: traceyrs@Schriever.af.mil EMAILDESC: <A
HREF="mailto:traceyrs@Schriever.af.mil">Contract Administrator CITE:
(W-078 SN180846</A> Posted 07/30/98 (W-SN230854). (0211) Loren Data Corp. http://www.ld.com (SYN# 0506 19980803\99-0004.SOL)
99 - Miscellaneous Index Page
|
|