Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

68 -- Water Treatment Service for the US Army Electronic Proving Ground, Fort Huachuca, Arizona 85613

Notice Date
6/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-EPGEFT
 
Response Due
7/2/2008
 
Archive Date
8/31/2008
 
Point of Contact
Carmen Simotti, 520-533-8189
 
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. The Electronic Proving Ground (EPG), Fort Huachuca, Arizona is soliciting proposals for a full service, chemical treatment for two 300-ton, one 75-ton water cooling towers, and one closed loop glycol system. EPG will provide fully functional chemical feed or control equipment, replace or repair equipment based on contractor recommendations, and provide personnel to assist in daily minor operations. Requirement: (1) Provide and maintain all chemicals required for general control of scale, corrosion, and microbiological fouling. (2) Conduct a minimum of one service call per month. (3) Conduct initial onsite water testing to determine what treatment is necessary. (4) Submit written reports describing findings, along with recommendations for any changes required. (5) Provide all laboratory analysis of water test and the necessary technical expertise. (6) Train EPG personnel onsite in order to assist in daily testing and minor operations. (7) Clean and refill chemical tanks. (8) Clean and maintain chemical pumps. (9) Clean and maintain conductivity and pH control equipment. (10) Clean chemical feed system Y strainers. (11) Replace any and all filters used in the water treatment systems. (12) Clean tower basin six times per year or as deemed necessary. (13) Clean spray nozzles or distribution decks six times per year or as deemed necessary. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, 2 July 2008. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. The solicitation is issued as a request for proposal (RFP) and awarded as a firm-fixed-price with base year plus 4 option years. Provide a cost for the base year and each option year. The period of performance is a follows: Base Year: 19 July 2008 through 30 September 2008. Option Year 1: 1 October 2008 through 30 September 2009. Option Year 2: 1 October 2009 through 30 September 2010. Option Year 3: 1 October 2010 through 30 September 2011. Option Year 4: 1 October 2011 through 30 September 2012. EVALUATION CRITERIA/ PROCEDURES: The offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen M. Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This is a total small business set-aside. The NAICS code is 325199. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9abab38da6df1b1259dcf3296f122565&tab=core&_cview=1)
 
Place of Performance
Address: Installation Contracting Command, E&IO, ATTN: SFCA-WS, Electronic Proving Ground Directorate of Contracting, Bldg 55350, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
 
Record
SN01599389-W 20080626/080624215056-9abab38da6df1b1259dcf3296f122565 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.