Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2010 FBO #2961
SOLICITATION NOTICE

A -- RECOVERY--PROJECT NUMBER AFCE092878, ANAEROBIC BIOREACTOR

Notice Date
12/31/2009
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFCEE - AF Center for Engineering and the Enviroment, AFCEE/AC, 3300 Sidney Brooks, Brooks City-Base, Texas, 78235-5112, United States
 
ZIP Code
78235-5112
 
Solicitation Number
AFCEE-08-001RECOVERY
 
Archive Date
2/13/2010
 
Point of Contact
Erica Becvar, Phone: 210-536-4314, Kevin Porteck, Phone: 210-536-5631
 
E-Mail Address
erica.becvar@brooks.af.mil, kevin.porteck@brooks.af.mil
(erica.becvar@brooks.af.mil, kevin.porteck@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY--PROJECT NUMBER AFCE092878, Anaerobic Bioreactor The solicitation is being issued under AFCEEBAA-08-001, which can be found at https://www.fbo.gov/index?s=opportunity&mode=form&id=35ca5552a0265591c810430a00b4bdcb&tab=core&_cview=1. Offerors must comply with the requirements of the BAA unless they are expressly superseded by this revision. Because of its unique nature as a RECOVERY ACT requirement, responses are requested for this topic, under the above referenced BAA, on 4:00 PM CST, January 29, 2010. The Air Force Center for Engineering and the Environment (AFCEE) is seeking white papers for an Anaerobic Bioreactor, described below, which is an additional area of interest in alternative energy under their current BAA, that will be awarded as a result of funding under The American Recovery and Reinvestment Act (ARRA) of 2009 (hereafter referred to as the Recovery Act). DESCRIPTION Seeking innovative techniques and approaches for the design, fabrication, and demonstration of a bioreactor that utilizes a feedstock of municipal solid waste from an Air Force installation to generate energy and reduce the volume of material deposited to landfills. The project goal will be to implement a scaled demonstration of a process flow that will: 1) process an influent of municipal solid waste that includes glass, metal, plastic and other inorganic solids as well as organic constituents; 2) optimize aerobic and anaerobic biological processes of the organic component to produce recoverable energy; 3) provide economical and sustainable power to an electricity grid to reduce Air Force installation energy costs; 4) significantly reduce the volume of waste deposited to landfills; and 5) produce a marketable by-product if practicable (e.g. compost). A crucial element of the project approach will be to fabricate and demonstrate a scaled bioreactor that will handle a feedstock of municipal solid waste from an Air Force installation comprised of greater than 20 percent solids. Additional organic influent such as wood, paper, grass, and sewage sludge could be utilized to determine an optimal influent composition and treatment regime to reach the stated goals and an acceptable return on investment. The project will also include a comprehensive business case analysis that addresses critical operational factors, to include scalability and cost factors. The purpose of this acquisition is to apply promising demonstration/field-tested innovative technologies and methodologies. This acquisition is not to test theoretical concepts or technologies and methodologies that currently exist solely in a laboratory research and development (R&D) phase. Phase I offerors submit complete a short questionnaire on the following AFCEE BAA internet site: http://www.afcee.brooks.af.mil/pkv/baa. PHASE I SUBMITTALS ARE DUE NO LATER THAN 4:00 PM CST, 29 JAN 2010. Phase I submittals received after 29 JAN 2010, may or may not be evaluated. To be eligible for award, submission of Phase I is required. The Phase I proposals are evaluated by the Air Force's Technical Evaluation Board (TEB). Those proposals that are judged innovative and meet program requirements are selected for further evaluation in Phase II. Proposals will be evaluated on their own merits and will not be evaluated against each other. Offerors whose proposals are not selected for Phase II are notified electronically of this decision, while those selected are similarly notified and invited to submit a Phase II proposal as an attachment to the electronic format provided via Internet link. The submittal shall concisely describe the technology and shall be evaluated according to the criteria stated in this announcement. Phase II proposals are to include expanded descriptions/discussion of the following information: (a) Technology or methodology proposed including results of previous development/demonstration/field testing. The technology or methodology must be described in sufficient detail to enable reviewers to understand the nature and probability of successful application. (b) The benefits to the USAF of using the proposed technology or methodology. This should include a comparison with existing technologies or methodologies, and how the proposed technology or methodology is an improvement over existing technologies or methodologies and/or lowers cost. (c) The tasks to be accomplished during the demonstration/field testing, the project schedule, and the location or type of site recommended for the demonstration/field test. (d) The qualifications of the offeror to successfully perform the technology or methodology demonstration/field test. (e) The economic benefit to the United States (e.g. U.S. jobs created or saved; U.S.-sourced manufacturing of materials, supplies, and components; energy independence; or other aspects of the proposed work resulting in economic benefit in the U.S.). Offerors invited to submit a Phase II proposal are provided a link in the electronic notification by which the Phase II proposals are to be submitted. Phase II proposals shall be submitted as attachments to an electronic submittal form that is accessed via the notification from AFCEE. The technical proposal shall be limited to 12 pages, typed at 10 pitch or larger type, single spaced, and single sided, on sheets 8.5" X 11" with 1" margins. This page limitation is inclusive of indexes, photographs, fold-outs, appendices, and attachments. Pages in excess of this limitation will not be evaluated by Government evaluators. Suggested inclusions within the 12 page limitation are: (1) four pages describing the proposed technology or methodology (2) two - three pages to be used as the Statement of Work in any resulting contract. (3) one page containing the economic benefits in the US; as well as the benefits to the Air Force. (4) one page discussing the capability of the offeror, references and point of contact for the demonstration/field test, (5) two pages describing proposed schedule for demonstration/field test, past experience and performance, and other places the technology or methodology has been demonstrated, and (6) one page list of key personnel that will perform the demonstration/field test. The cost proposal has no page limitations; however, offerors are reminded to refer to FAR 15.408 Table 15.2 for guidance. The cost and technical proposals are to be submitted together in Microsoft Word and Excel formats. No additional data may be submitted for this BAA. If additional data is submitted, it will be discarded. Vendor submittals that meet all of the evaluation criteria will be accepted into the BAA program. Once accepted into the program, the proposal will be shared with appropriate DOD personnel for consideration. The Air Force anticipates awarding two or more contracts. However, the Air Force reserves the right to make multiple awards or no awards. To the maximum extent practicable, any contract(s) awarded using Recovery funds will be awarded as fixed price contracts. However, the Air Force reserves the right to award the instrument best suited to the nature of the effort proposed under the Federal Acquisition Regulation. Final selection for award will be based on an evaluation of an offeror's Phase II full proposal (both technical and cost) to determine the overall merit of the proposal in response to this announcement. (1) The technical aspect, which is ranked as first in importance, shall be evaluated based on the following criteria which are of equal importance. • New solutions with unique applications to Air Force problems. • Organization, clarity and thoroughness of the proposed SOW. • Technical approach and ability to perform. • The offeror shall demonstrate a clear understanding of how the proposed technology will improve upon current commercially available technologies. • Availability of qualified technical personnel and their experience with the applicable technology. • Past experience with the applicable technology. • Demonstration of economic benefit in the United States (for example: U.S. jobs created or saved; U.S.-sourced manufacturing of materials, supplies, and components; energy independence; or other aspects of the proposed work resulting in economic benefit in the U.S.). • Benefit to the US Air Force (2) Cost is ranked as second in importance. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time NOTICE ON ADDITIONAL REPORTING REQUIREMENTS: Federal agencies are required to include terms and conditions in contract documents necessary to ensure the transparency and accountability objectives of the Recovery Act are met. Section 1512(c) of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5) (Recovery Act) requires, as a condition of receipt of funds, quarterly reporting by the prime contractor on the use of funds. FAR Case 2009-0009 is preparing an Interim Rule to be issued in mid-March (effective immediately) to require contractors to report information including, but not limited to the following items: 1.) Government contract / order number 2.) The dollar amount of contractor invoices for work funded by recovery act funds 3.) A detailed list of all services performed or supplies delivered, including construction, for which the contractor has invoiced, including: a. Program or project title b. A description of the overall purpose and expected outcomes or results of the contract c. An assessment of the progress towards completion of the overall purpose and expected outcomes or results of the contract d. An estimate of the number of jobs created by the contractor, in the United States and outlying areas (narrative rather than discrete numbers) e. An estimate of the number of jobs retained by the contractor, in the United States and outlying areas (narrative rather than discrete numbers) f. Names and total compensation of each of the five most highly compensated officers for the calendar year in which the contract is awarded (subject to certain conditions) The Recovery Act and FAR Case 2009-0009 also requires the prime contractor to report specific information on first-tier subcontractors as follows: 1) For subcontracts valued < $25,000 or any subcontracts awarded to an individual or to a subcontractor which in the previous tax year had gross income < $300,000, the Contractor shall report the aggregate number of such first tier subcontracts awarded and dollar amount. For first-tier subcontract > $25,000 and not subject to aggregate reporting above: a. Unique identifier (DUNS Number) for the subcontractor receiving the award b. Unique identifier (DUNS Number) for the subcontractor's parent company, if there is one c. Name of the subcontractor d. Amount of the subcontract award e. Date of the subcontract award f. The applicable North American Industry Classification System (NAICS) code g. Funding agency h. A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract i. Subcontract number (the contract number assigned by the prime contractor) j. Subcontractor‘s physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district if in U.S. k. Subcontract primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district if in U.S. l. Names and total compensation of each of the subcontractor's five most highly compensated officers, for the calendar year in which the subcontract is awarded (subject to certain conditions) Note: Many of these data elements come from the reporting requirements of the Federal Financial Accountability and Transparency Act (FFATA), which the Recovery Act requires by reference. Other terms and conditions related to data collection as well as any mechanisms (including penalties and sanctions) deemed appropriate to avoid impropriety in the use of Recovery Act funding may be incorporated into contracts. Correspondingly, AFCEE will also require data collection with respect to monthly technical and financial Status Reports and a Final Technical Report are required data items. It is anticipated that additional requirements (i.e., contract clauses, reporting requirements, etc.) may be added to the BAA and/or contract awards that will be applicable to projects funded under the Recovery Act. Such requirements will be included in any contract awarded as a result of this announcement. Requirements include FAR clauses 52.203-15, 52.204-11, 52.244-6, 52.215-2, 52.212-5, 52.225-21, 52.225-22, 52.225-23, 52.225-24. CONTRACT POINT OF CONTACT: Mary Jo Boldt, Contracting Specialist, Phone 210-536-4505, e-mail maryjo.boldt@brooks.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HQAFCEE/AFCEE-08-001RECOVERY/listing.html)
 
Record
SN02033789-W 20100102/091231234504-430413c3457b6198318b96819f6988a0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.