Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2003 FBO #0744
SOLICITATION NOTICE

S -- 934 AW - MAINTAIN CHLORAMINATION/CORROSION CONTROL SYSTEM

Notice Date
12/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 934 CONF/LGC, 760 Military Hwy, Minneapolis ARS, MN, 55450-2100
 
ZIP Code
55450-2100
 
Solicitation Number
FA6633-04-Q-0001
 
Response Due
12/26/2003
 
Archive Date
1/10/2004
 
Point of Contact
Elsie Barnaby, Contract Specialist, Phone 612-713-1431, Fax 612-713-1425, - Cindy Murry, Senior Contract Specialist, Phone (612) 713-1427, Fax (612) 713-1425,
 
E-Mail Address
elsie.barnaby@minneapolis.af.mil, cynthia.murry@minneapolis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is FA6633-04-Q-0001 and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. The North American Industry Classification System (NAICS) is 221310 and the small business standard is $6 Million. Services shall be performed at the 934th Airlift Wing, Minneapolis ARS, Minnesota, 55450-2100. STATEMENT OF WORK - MAINTAIN CHLORAMINATION/CORROSION CONTROL SYSTEM. The contractor shall be responsible for operating and maintaining a chloramination/corrosion control system associated with the potable water supply for the Minneapolis-St. Paul Joint Air Reserve Station. The contractor shall provide all necessary labor, equipment, supplies and expertise to address all the requirements. Any work or items not specifically mentioned but which are incidental to, and necessary for, accomplishing the specified tasks, are to be included in the performance of this work. Minimum service frequency: This service shall require, at a minimum, every other week (26) on-site service events by the contractor to perform the primary on-site tasks. Location: The chloramination/corrosion control system is located in Building 803 at the Minneapolis-St. Paul Joint Air Reserve Station. PRIMARY ON-SITE TASKS: 1. Operate and maintain chloramination and corrosion control system components, including all equipment and materials associated with the system to the point of chemical injection into the base potable water distribution line. 2. Calibrate system components in accordance with the manufacturer?s recommendations and procedures. 3. Make operational adjustments to system components whenever necessary to maintain proper operation. Such adjustments will be made in consideration of the analytical results of testing performed by staff of the 934th Airlift Wing?s Bioenvironmental/Occupational Health office. Such testing includes pH, chlorine residual (free and total), and zinc orthophosphate levels. 4. Monitor chemical storage levels and replenish as necessary to maintain a 30-day supply of each chemical, as practicable as possible. 5. Supply, mix and dispense chemicals in appropriate concentrations. 6. Accomplish all chemical-handling tasks in compliance with applicable occupational safety and health regulations. SECONDARY ON-SITE TASKS: 1. Replace system polyethylene tubing once per year. 2. Repair and replace brittle, cracked, or leaking polyethylene tubing. 3. Identify and make recommendations for any necessary repair and/or replacement of other system components. DOCUMENTATION: All on-site service shall be documented in written reports filed in an on-site binder. Documentation shall include records of chemical and water usage, rate of injections, amounts of chemical added, records of any adjustments or maintenance performed, and any comments on operational status of the system. EQUIPMENT: The chloramination/corrosion control system consists of the following equipment: a. Metering Pumps (3 each), LMI Model A741-158S. b. Liquid Chemical Containers, three (3) each, Nalgcone HDPE tanks with covers (35 gallon inside) 150-gallon containment. c. Digital Flow Monitor/Totalizer, Great Lakes Instruments, Model 675F. d. High Speed Pickups Register, Sensus Act-Pak, Model W-350DRE. e. Other miscellaneous items such as polyethylene tubing, valves, etc. CHEMICAL INFORMATION: a. The chemicals used in this system are as follows: (1) Sodium Hypochlorite ? 12.5%. (2) Ammonium Hydroxide ? 7.5%, and (3) Zinc/Ortho-phosphate blend (Calgon C-9, AGI AW-306, or equal) 100% undiluted. b. A current Material Safety Data Sheets (MSDS) for each chemical in use in the system shall be obtained and maintained in a protective folder affixed to the fence enclosure around the system. c. Except for the amount of each chemical within process/storage tanks, no additional amounts of any chemicals shall be kept on site. All chemicals must be delivered in proper DOT containers, mixed and dispensed into the system, and the remaining unused amounts removed from government property. SECURITY AND ACCESS: a. Station Access: The contractor shall adhere to all requirements regarding obtaining access to the Minneapolis-St. Paul Joint Air Reserve Station. Such requirements may include obtaining temporary or daily visitor?s passes, vehicle passes, or being escorted in accordance with prevailing Security Force Protection levels. b. Site Access: The contractor shall gain access to Building 803 and the system by arranging scheduled times for each on-site service visit. Contractor shall coordinate with and/or notify government personnel designated by the Bioenvironmental/Occupational Health office at least 30 minutes prior to arrival to ensure government personnel are available to coordinate access to the system. Bioenvironmental/Occupational Health personnel will accompany the contractor during each onsite visit, and perform applicable testing as requested by the contractor. PERSONNEL QUALIFICATIONS: Personnel who are currently certified water operator(s), or who are directly supervised on-site by personnel who are currently certified water operator(s) shall perform all primary on-site tasks. Provisions 52.212-1, Instructions to Offers?Commercial Items is applicable. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) Technical capability of services offered to meet Government requirements and past performance, and (b) price. Technical capability and past performance, when combined, are approximately equal to cost or price. The government will evaluate offers for award purposes by adding the total price of the option to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option price is significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option. Offeror must submit a completed copy of provision 52.212-3, Offeror Representations and Certifications ? Commercial Items with its proposal. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items are applicable to this acquisition. In addition, Clauses 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, and 52.232-19, Availability of Funds for the Next Fiscal Year, apply to this acquisition. The Service Contract Act of 1965, as amended applies. Wage Determination 94-2287, dated 24 September 2003 will be incorporated into resultant contract. Clauses and Provisions may be obtained via the Internet: http://farsite.hill.af.mil. Basic Period: (5 January 2004 through 4 January 2005). There is an option for two (2) additional years of service. Offerors, please submit price for option years as well as basic year. A firm-fixed price contract will be awarded.
 
Place of Performance
Address: 934th AIRLIFT WING, MINNEAPOLIS-ST PAUL AIR RESERVE STATION, MINNEAPOLIS, MN
Zip Code: 55450-2100
 
Record
SN00484078-W 20031211/031209212116 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.