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

99 -- 1.5 MTPD Gasifier/Incienerator

Notice Date
8/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562213 — Solid Waste Combustors and Incinerators
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2CGWK8211A001
 
Point of Contact
louis buchanan,, Phone: (808) 448-2977, John M Haberlach,, Phone: (808) 448-2967
 
E-Mail Address
louis.buchanan@hickam.af.mil, john.haberlach@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2CGWK8211A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2008-0513, and Air Force Acquisition Circular (AFAC) 2008-0605. This acquisition is a small business set aside under NAICS code 562213 and small business size standard of $11.5M. This RFQ contains four (4) line items. The items are to be a firm fixed price basis and contractor must provide technical specification data sheets with offer. The Government reserves the right to choose travel/training location identified in CLIN 0002 and CLIN 0003 for items specified below. The line items are as follows: Item 1: Incinerator, 1.5 Ton per day capacity, skid mounted. The incinerator will be a two stage thermal gasifier type able to burn 1.5 metric tons per day (MTPD) of mixed waste including municipal solid waste, industrial waste, and liquid oil and fuel waste. Have power requirements for 3 phase, 208/120 volt, and 30 amps. Have control panel/box remotely installed with 60 extra feet of cable. Have a 60 gal. capacity liquid waste containment reservoir. Require remote temperature monitoring capabilities on the primary gasification chamber and secondary combustion chamber. Have supplemental fuel capability using JP-5/diesel for ignition. Must have a top loading capability no less than 7’ X 7’ and front loading capability of 5' x 5' minimum. Unit Price: $ _________ Delivery Date ________________ Item 2: Installation technical supervisor/operator training manager cost per day at desired government location (Hawaii or Wake Island). If travel and per diem is required, it will be based on actual ticket cost and government rate per diem. Unit/Day Price: $ _________ Item 3: Installation technical supervisor/operator training manager cost per day for training at the manufacturers facility (optional). Unit/Day Price: $ _________ Item 4: Shipping cost to 15 CEV, BLDG 1715 Kuntz Ave., HICKAM AFB, HI 96853. Shipping will include crating and crating must be done in a manner to protect the gasifier for the elements. Unit Price $_________ Delivery Date ________________ The place of delivery, final acceptance and FOB destination point is 15 CEV, BLDG 1715 Kuntz Ave., HICKAM AFB, HI 96853. Acceptance will be performed by the Government or a Government representative at designated government location; Hawaii or Wake Island. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1500 hrs, Hawaii Standard Time (HST), Friday, 29 August 2008. Electronic quotes are acceptable. Submission may be made via email to louis.buchanan@hickam.af.mil via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: MSgt Louis Buchanan, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (b)(4) Submit a complete specification/technical data sheet and training outline/program of requirements being offered. (k) Offeror shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (Jun 2008), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation and whose offer will be most advantageous to the Government based on price and other related factors shall be considered with technically capable over price. Offerors must comply with the provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2008) with Alternate I. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008), is applicable to this procurement along with the following addenda. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil. 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda:. 52.203-3, Gratuities (APR 1984) 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.225-7012, Preference for Certain Domestic Commodities (MAR 2008) 252.227-7015, Technical Data - Commercial Items (Nov 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) The following additional DFARS provisions and clauses also apply: 252.211-7003, Item Identification and Valuation (Jun 2005) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005) 252.232-7010, Levies on Contract Payments (Dec 2006)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae4832c3ccebf991218982be5d7f00d2&tab=core&_cview=1)
 
Place of Performance
Address: Department of the Air Forces, Pacific Air Forces, Hickam AFB, HI 96853-5230, Honolulu, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01638614-W 20080815/080813221638-bf54129b88970010dfdd179af3d7007b (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.