Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1998 PSA#2150

50 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