Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

46 -- Composting Toilets for Coyote Gulch

Notice Date
8/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - GLCA - Glen Canyon National Recreation Area PO Box 1507 Page AZ 86040
 
ZIP Code
86040
 
Solicitation Number
N1446080041
 
Response Due
8/18/2008
 
Archive Date
8/13/2009
 
Point of Contact
Mary J. Dillon Purchasing Agent 9286086509 mary_dillon@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (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. This request is being issued as Request for Proposal N1446080041. The Federal Acquisition Regulation (FAR) clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-21. FAR clauses and provisions are available through Intenet access at http://www.arnet.gov/far. This is 100% set aside for small business and the small business size standard is $6.5M. The National Park Service encourages the participation of disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 321992. The Government anticipates making a single award for this solicitation, vendors must quote on all items for their quote to be considered. The following is a description of the requirements for this action. CLIN 0001. Phoenix Composting Single Stall (Whiskey Dick) 1 ea $_____________ $_________________by Advanced Composting Systems (or equal) CLIN 0002. Phoenix Composting Doublestall (Whiskey Dick) 1 ea $_____________ $_________________by Advanced Composting Systems (or equal) CLIN 0003. Installation costs to include a training session for 1 ea $_____________ $_________________maintenance personnel in the proper operation of the facilities. CLIN 0004. Freight and/or transportation costs, to deliver CLIN 0001 and CLIN 0002 fob to remote backcountry location, Escalante (Garfield County), Escalante, Utah for Glen Canyon National Recreation Area, Page, Arizona, 86040-1507, and any required taxes. Summary: Glen Canyon National Recreation Area requires two composting toilets to be delivered and installed at a remote backcountry location. The doublestall unit will be installed approximately 45 miles from Escalante Interagency Office in Escalante, Utah, and the single stall unit will be installed approximately 6 miles downstream from the location of the first unit. Glen Canyon NRA will provide a helicopter to transport the materials from the staging area to the installation site. Contractor will provide qualified personnel to hike to the remote installation sites and perform set up and installation of the single and doublestall units. Please see enclosed Statement of Work for specifications requirements. Quoters/Bidders must review and comply with the FAR Provisions or Clauses that apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include (a) price; (b) past performance supported by documentation and three references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid-offer. Contractor musst download from the Internet and complete per instructions.; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52-225-13 Restrictions on Certain Foreign Purchaes, and 52.233-3 Protests after award; and the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52-222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. OFFERS ARE DUE for this combined synopsis/solicitation on August 18, 2008, at 2:00 P.M. Local Time and shall be delivered by that specified time to the National Park Service, Glen Canyon National Recreation Area, Attention: Mary Dillon, P.O. Box 1507, Wahweap Warehouse, Page, Arizona 86040-1507. Reference solicitation N1446080041. Emailed or Facsimile Quotations are acceptable with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, and email address. NOTICE OF IMPORTANCE: As part of the E-Government Integrated Acquisition (IAE) initiative through the Federal Government, all vendors must be registsered on the Central Contractor Registration (CCR) website (www.ccr.gov). If your firm has not yet registered on CCR, or your firm needs to make any updates to your vendor record at CCR, please do so immediately at www.ccr.gov. Failure to register at CCR and update your vendor record, will adversely affect your firm receiving payments in a timely manner. STATEMENT OF WORK as follows:Scope of WorkInstall two Phoenix Composting Toilets by Advanced Composting Systems (or equal) in Coyote Gulch, Escalante, (Garfield County) Utah1. REQUIREMENTS:Purchase and install two turnkey toilet buildings (1 building with single stall and 1 building with double stall) equipped with the following accessories: remote composting toilet system, utility storage room, basement with an access door, photovoltaic system, cistern, gutters and toilet room light delivered and constructed in Coyote Gulch within Glen Canyon National Recreation Area. The buildings with accessories shall be installed, with the assistance of government employees (if available) at separate remote backcountry locations. Because of the remoteness of the site locations, the buildings with accessories shall be transported unassembled by Government-furnished helicopter. Each facility shall include a toilet room and storage closet on the main floor, a toilet room light, a composting system, a rainwater cistern in the basement, and a photovoltaic system mounted on the roof. The complete composting toilet facility supplied and erected by the contractor shall ensure compatibility of all systems and components.Distance to the remote locations ranges from approximately 45 miles from Escalante Interagency Office in Escalante, Utah, for the doublestall unit and the single stall unit will be installed approximately 6 miles downstream from the location of the first unit. Camping at the sites is recommended and Contractor will be required to hike to the different locations. Contractor personnel must be prepared for rugged back country conditions at this remote location.2MINIMUM SPECIFICATION:Installed facility must be resistant to high temperatures with low humidity in the summer months and cold temperatures in the winter months. Insect and rodent infestation may be an issue. Specifications below call for wood, however, a comparable or better material may be proposed and will be considered using "best value" criteria.3 BUILDING SPECIFICATIONS3.1General:The building design and construction shall be compatible with the Composting System installation and maintenance requirements. To reduce weight and helicopter transportation all dimensional framing lumber shall be >1800 psi machine stress rated, 19% kiln dried, SPF, S4S. All wood shall be.6 ACQ treated containing no arsenic or chromium. All fasteners shall be stainless steel or hot dipped galvanized. All interior and exterior surfaces shall be painted or stained as needed. The outside dimensions of all buildings are approximately 6' x 8' to accommodate the referenced Phoenix by Advanced Composting System or approved equal, cistern and photovoltaic system.3.2 Foundation:The foundation shall be constructed in accordance with the 2007 Permanent Wood Foundation Design Specification, see http://www.awc.org/standards/pwf.html. Exterior sheeting shall be.6 ACQ, Grade B plywood. All fasteners shall be stainless steel. For facilities incorporating solar heat, the foundation walls, door, ceiling and ground shall be insulated with polystyrene foam. The interior of insulated foundation walls shall be covered with 3/8" ACQ treated plywood, painted white.3.3 Building Floors:The building floor shall be constructed from 2"x4" joists on 12" centers with 1/2" plywood glued and nailed. The floor shall have a 1/4"/ft. slope toward the entry door and a 1-1/2"can't strip at floor-wall intersections. A polyurethane traffic coating shall be applied according to manufacture's directions to the floor and 6" up the side walls. Silica sand shall be added to the floor coating for traction and durability.3.4 Building Walls: Toilet room walls shall be framed with 2"x4" studs with 3/8" plywood glued and nailed on the inside. All interior plywood edges shall be blocked. Walls shall be finished with tan fiberglass panels with a pebble textured surface bonded to the wall sheeting. Interior wall corners shall be covered with stainless steel angle. 3.5 Building RoofThe building roof shall be covered with 10 mm, double-walled Lexan glazing with gasketed battens. Photovoltaic panels shall be accommodated under the glazing and be accessible from the storage room. The roof eve and rake fascia shall be completely covered with 24 gauge metal to match the roofing. The roof shall include gutters to direct rainwater to a cistern in the basement.3.6 Doors:Toilet room doors shall be foam filled fiberglass panels with a wood frame mounted in a hardwood jamb. Each door shall include a hydraulic closer, three stainless steel hinges, interior and exterior handle, dead bolt and thumb latch. The basement access door shall be wood sandwich construction with the same exterior finish as the building walls and with a continuous stainless steel strip hinge. Interior access doors shall be covered with the same fiberglass as the walls with a strip hinge and keyed latch. All door locks and padlocks shall use Best Lock Corporation hardware (National Park Service standard).3.7 Deck and Railing Decks and railings shall be constructed from ACQ treated lumber and Choice Deck or approved equal plastic wood. Posts shall be ACQ treated 4x4's, frame ACQ treated 2x6 and decking and balusters, Choice Deck or approved equal recycled plastic wood.4 COMPOSTING TOILET SYSTEM4.1 System Specifications The composting toilet shall be a model 200 Phoenix Advanced Composting System or approved equal. The system's primary objective will be consistent with:1)Good sanitation such as minimizing human contact with unprocessed waste and exposure to disease vectors, such as flies.2)Minimizes odor and is able to transform the nutrients in human waste into fully oxidized stable soil-like material (humus).3)The composting system must be equipped with features to remove odors, carbon dioxide, water vapor, and the by-products of aerobic decomposition.4)Ventilation to provide oxygen for the aerobic organisms in the composter.5)A method of draining and managing excess liquid and leachate.6)Process controls such as mixers to optimize and manage the decomposition process. 7)The tank shall be fabricated for durability, corrosion resistance, leak proofed and insulated. All fasteners shall be corrosion resistant stainless steel, nylon, or fiberglass. Tank sections shall be connected with an overlapping, gasket joint or comparable to prevent leakage. 4.2 Toilets: The toilet shall be manufactured from white polyethylene and ABS and must be ADA compliant and include a tapered polyethylene liner or comparable with minimum 12" diameter chute, tank connector, and sealing toilet seat and lid.4.3 Vent System: The vent system shall consist of a fan housing/hose connector with a brushless 12-Volt DC fan encapsulated for corrosion resistance. A 4" polypropylene hose shall connect the fan housing to a 4" schedule 40 PVC vent pipe. All joints in the vent system shall be sealed to prevent any leaks from rain or condensation. To conserve energy, ventilation rate shall be controlled by day and night, toilet room door openings, battery voltage and manual maintenance switch. The fan shall include a white LED to attract photophylic insects and eject them through the vent and a thermostatic switch to turn the fan off in case of fire.4.4 Liquid Spray System: The composting tank shall include an internal spray system for automatically applying water or leachate on to the top of the compost pile so that no sections of the pile are dry. The spray nozzles shall be accessible from the top access door and easily removed for cleaning. Frequency and duration of spraying shall be adjustable. The pump shall be externally mounted on the composting tank and shall include over current protection. A high temperature sensor located in the tank shall turn the pump on in case of fire.4.5 Maintenance Tools: Maintenance tools shall include a rake capable of reaching to the back of the tank, a tray for collecting finished compost, and a reacher for removing trash.4.6 Certification and Training: The completed toilet facilities shall be certified by the manufacturer's authorized representative to ensure and validate proper installation for warranty. The representative shall also provide a training session for maintenance personnel in the proper operation of the facility.5 PHOTOVOLTAIC ELECTRIC SYSTEMThe photovoltaic system shall include a roof mounted photovoltaic panel; a 12 volt sealed absorbed glass mat lead-acid battery in a polyethylene battery box and system charge controller. 1)Facilities with solar heat, Contractor shall install PV Panel under glazing; 2)Facilities with corrugated metal roofs, Contractor shall supply aluminum and stainless steel mounting hardware. The charge controller shall provide temperature compensated charging functions. All NEC requirements for array disconnect, battery disconnect and over current protection, load over current protection and grounding shall be satisfied. Facilities requiring additional lightning protection shall use a polyphasor. 5.1System Controller/Monitor: The system controller shall be installed in a corrosion resistant, sealed, Nema 4X enclosure with the photovoltaic system charge controller. The controller shall include load control and circuit over current protection for each electrical device. It shall also include a self test function for each electrical device which will allow the device to be manually operated. An LCD display and keyboard shall allow maintenance personnel to adjust the following parameters: fan day/night speed, light ON time, spray interval. The display shall provide the following information to maintenance personnel: number of toilet room uses, battery voltage, fan speed, spray interval.6 WATER SYSTEM (CISTERN)Rain water from the roof gutters shall be collected in a basement cistern. A pump and hose shall provide pressurized water for cleaning the toilet rooms. The pump shall be controlled by a timer located in the service room. 7 INSTALLATIONInstallation shall include transportation by the Contractor to the staging area at Glen Canyon National Recreation Area. The Government shall provide helicopter personnel to assist with the transporting of the disassembled toilet facilities from the staging area to the designated site locations.8 WARRANTYThe contractor shall provide a written warranty for all materials and workmanship for a period of 1 year from the date of completion.9GREEN PROCUREMENTVendor is encouraged to use recycled, post consumer products when possible. END of combined synopsis/solicitation.***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=796ec14c8fc7b914cba1f81270a1154d&tab=core&_cview=1)
 
Place of Performance
Address: Glen Canyon National Recreation AreaNational Park ServiceEscalante, Garfield County, Utah<br />
Zip Code: 860401507<br />
 
Record
SN01638584-W 20080815/080813221542-796ec14c8fc7b914cba1f81270a1154d (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.