Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

46 -- Wastewater Rotary Screen Replacement

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
Wastewater01
 
Response Due
8/25/2004
 
Archive Date
9/9/2004
 
Point of Contact
Jill Charpia, Contracting Specialist, Phone (850) 884-1265, Fax (850) 884-2041, - Benjamin Stoeser, Contracting Officer, Phone (850) 884-3273, Fax (850) 884-2041,
 
E-Mail Address
jill.charpia@hurlburt.af.mil, benjamin.stoeser@hurlburt.af.mil
 
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. This solicitation/synopsis reference number is Wastewater01 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is UNRESTRICTED. The associated NAICS code is 333319 with a maximum number of 500 employees. The contractor shall provide all labor, equipment, materials, tools, parts and shipping costs necessary for delivery. The work to be performed includes, but not necessarily limited to the following features: A. The contractor shall remove the existing rotating screen and install a new 5x8U Andritz Milliscreen or equal rotating screen with the following characteristics: 1. Attach to a 14 in. force main 2. Clear openings of 0.06 in. 3. Handle a flow of 6.0 MGD 4. 316 Stainless steel frame and trunnion support 5. 316 Stainless steel drive train and sprockets 6. Automatic chain oilier 7. Totally enclosed cover 8. Automatic shower control with internal and external manifold assembly and high pressure nozzles 9. Automatic Chain tensioner and sensor 10. Solids discharge chute 11. Liquid discharge chute and pan 12. Single weir which introduces liquid at 90 to slot 13. Screen rotates opposite direction of liquid flow 14. The trunnion wheels will be made from urethane material cast into a machine steel hub. Each trunnion hub will be designed and machined to hold a minimum of (2) deep groove ball bearings. Removable end covers shall seal the bearings. 15. The trunnion wheel shaft shall be 316 stainless steel. There will be an internal reservoir of grease fed from the support shaft, maintaining a positive pressure, assuring that there will be no penetration of contaminates. 16. All trunnion wheels, drive trains, chains, and sprockets shall be non-wetted 17. Provide visual and audible alarms for overloading and if the screen stops rotating 18. The control panel, all pushbuttons/selector switches and indicator controls shall be rated NEMA 4x. B. In addition, the contractor shall remove the existing concrete curb around the perimeter of the existing rotating screen. Sikaflex sealant or equal shall be used along the bottom C-channels of the new rotating screen. C. The rotary screen shall be installed in accordance with the manufacturer?s recommendation. A crane and operator will have to be provided by the contractor during removal of the existing screen and installation of the new screen. D. The contractor shall furnish and install all associated piping, valves, controls, wiring, and gauges, instrumentation and appurtenances required by the manufacturer. E. QUALITY CONTROL: Contractor shall have at least two years experience in the installation of the above equipment. F. INSPECTION: Personnel of the 16 CES/CEOE will serve as the on site representative of the Contracting Officer for the purpose of inspection and evaluation of the work and craftsmanship. Notify Gary Ross, 16 CES/CEOE, at (850) 884-7524 NLT 48 hours prior to beginning any of the described site work. G. FIELD VERIFICATION: Contractor is responsible to make and record all necessary field measurements for completion of this work. H. PERFORMANCE TIME: Contractor has 140 calendar days after award to allow for shop drawing approval and lead time fabrication along with 15 working days for delivery, installation and testing. I. WARRANTY REQUIREMENTS: All material installed shall have a five-year minimum warranty on equipment and craftsmanship. J. SUBMITTAL REQUIREMENTS: The contractor shall submit submittals to the Contracting Officer on all equipment and material being installed before work shall take place. Once the submittals are approved, then the material and equipment can be ordered. The following will be submitted for the rotary screen: - Installation drawing, showing the manufacturer?s dimensions, weights, and loadings. - Detailed specifications and data covering materials used, parts, instrumentation devices, and other accessories forming a part of the equipment furnished will be submitted for review. - Manufacturer?s warranty agreement. - Electrical requirements and details of components including enclosures for spray system and timer controls. - Manufacturer?s recommended spare parts. K. PHASING REQUIREMENTS: No demolition shall be accomplished on the rotating screen without the replacement screen on site and ready for installation. L. O&M MANUALS: O&M and parts manuals shall be supplied with all new equipment. M. START-UP AND TESTING: Civil engineering inspectors will be present for the operational tests. i. Manufacturer?s Representative for Start-up and Testing The services of the manufacturer?s technical representative shall be provided for pre-start-up installation checks, start-up assistance, troubleshooting, testing, and training of government?s operating personnel. ii. Functional Test Functional testing shall be performed for the rotary screen after installment. Prior to system start-up, system components shall be inspected for proper alignment, proper connection, and satisfactory operation. The manufacturer?s representative shall inspect installation, provide certification that the system components have been installed correctly and are ready for operation. iii. Performance Performance testing shall be performed for the rotary screen installation. After plant start-up, the manufacturer?s technical representative shall conduct a performance test using the government?s liquid to determine the actual system operating conditions. N. CONDITIONS OF SERVICE: 1. Application: Raw Sewage Screening 2. Objective: Remove Oversize Solids 3. Total Flow: Peak: 6 MGD Total 4. Total Suspended Solids (TSS): Smaller than 250 PPM or mg/L 5. Total Fats, Oils, Greases (FOG): Smaller than 150 PPM or mg/L The work shall be conducted on Hurlburt Field; a US Air Force Base in Fort Walton Beach, FL. Shipping and transportation costs shall be included in pricing. The contractor shall coordinate replacement schedule with the point of contact that will be designated at a later time. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/. 52.211-6 Brand Name or Equal; If quoting or equal to the suggested brand name, sufficient technical product literature must be provided to allow the government technical evaluation personnel to determine equality. Offerors will be required to submit their proposals in accordance with FAR 52.212-1 Instruction to Offerors--Commercial Items (Oct 2000). All offerors shall provide technical/product literature for products being offered. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the Government requirement as stated in this synopsis; and (ii) price. The Government shall make the award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Technical is of approximately equal importance to cost or price. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, with the quotation. FAR 52.212-4 Contract Terms and Condition--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 Protest After Award. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr.gov or call 1-888-227-2423. The following applies to this solicitation: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; and DFARS 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program. WAWF HF037 Wide Area Work Flow Statement; Use of WAWF is Mandatory. Paper copies of invoices will no longer be accepted. 52.237-1 Site Visit; Offerors or quoters are urged and expected to inspect the site where product will be installed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. There will be a site visit held on 12 August 2004 at 2:00 PM. All parties interested must RSVP the individual(s) and the company name to, 1Lt. Jill Charpia via email at Jill.Charpia@hurlburt.af.mil no later than 2:00 PM on 5 August 2004. Response to this combined synopsis/solicitation must be received by mail, or hand delivered by 25 August 2004, no later than 2:00 PM Central Standard Time. The mailing address is: 16th Contracting Squadron/LGCB; P.O. Box 9190; Hurlburt Field, FL 32544. The physical address is 350 Tully Street Hurlburt Field, FL. Requests shall be marked with solicitation number Wastewater01 and addressed to 1Lt. Jill Charpia. Primary contact information is as follows: business phone number 850-884-1265, email address jill.charpia@hurlburt.af.mil. A secondary point of contact is Benjamin Stoeser, Contracting Officer, phone 850-884-3273, email address benjamin.stoeser@hurlburt.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http:/16CONS.hurlburt.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: Hurlburt Field, FL
Zip Code: 32544
Country: USA
 
Record
SN00632116-W 20040730/040728212316 (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.