SOLICITATION NOTICE
46 -- Angels Arm Water Treatment Study
- Notice Date
- 6/25/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- 04SP201051
- Response Due
- 7/16/2004
- Archive Date
- 6/23/2005
- Point of Contact
- Bettye Lou Mahoney Contract Specialist 9169785570 bmahoney@mp.usbr.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation 04SP201051 is issued as a Request for Proposal (RFP). Solicitation 04SP201051 incorporates provisions and clauses in effect through Federal Acquisition Circular 24. This acquisition is solicited pursuant to FAR 6.2 "Full and Open Competition" all responsible sources are permitted to compete. In accordance with FAR 19.1307 "Price evaluation preference for HUBZone small business concerns" applies to this requirement. A firm-fixed price contract will be awarded. The NAICS Code is 221310 with a small business size standard of $5 million. Delivery, acceptance and FOB point for the pilot plant is the work site located at the following: The Angels Arm Recreation Area within the Glory Hole Recreation Area, New Melones Lake, approximately 55 miles east of Stockton, California, and 15 miles northwest of Sonora, California, on State Highway 49, in Calaveras County California. As for this requirement, the Bureau of Reclamation (Reclamation), Mid-Pacific Region is soliciting for a "state of the art" 30 gpm Microfiltration (MF) or Ultrafiltration (UF) pre-engineered preconstructed package pilot plant, expandable to 50 gpm, in accordance with the following statement of work: 1.1. General (Schedule 1): The existing Mandate Q-30 conventional package water treatment plant located in the Angels Arm Water Treatment building no longer meets regulatory requirements and is currently used to feed the Angels Arm restroom/fish cleaning station and the Buckbrush day use restroom with non-potable water. During the 2004 visitation season, July through September 2004, Reclamation wishes to run a pilot study for a 30 gpm membrane filtration system to be installed in the treatment building. The pilot plant supplied will be upgradeable to a permanent 30 gpm production plant with the capability for a future upgrade to 50 gpm. Pilot study will last a minimum of 60 consecutive days. At the end of the pilot study the supplier, along with assistance from Reclamation, as noted below, will generate a report to analyze the performance of the pilot plant. Based on performance, the pilot plant can be returned or purchased by the Government. Voltage available at the Angels Arm water treatment building include 120 single phase, 230 3 phase and 440 3 phase. 1.2. Data Supplied By the Government: (A) Floor Plan of Angels Arm Water Treatment Building, Attachment 1, (B) Water Quality at Angels Arm WTP Intake, New Melones Lake, Attachment 2, (C) Drawing of the existing Mandate 30 package water treatment plant located in the Angels Arm water treatment building, Attachment 3, (D) Map of the Glory Hole Recreation Area, Attachment 4, (E) During the pilot operation, government operators will monitor and take samples. This information will be used in the Pilot Study Report to be prepared by the Contractor. 1.3. Scope of Study: (1) Deliver and install a complete "state of the art" 30 gpm MF or UF pre-engineered, pre-constructed package pilot plant, expandable to 50 gpm, in the Angels Arm Water Treatment Building. The pilot plant must have the ability to supply treated water extracted from New Melones Lake to a quality that will meet the requirements of EPA Safe Drinking Water Act/Surface Water Treatment Rule and the California Department of Health Services at a filtered water rate between 25 and 30 gpm. The provided pilot plant shall include the following, as a minimum: a) Complete PLC control system, treated water booster pump, in-line particle counters, inlet and outlet turbidity meters, Ultraviolet disinfection unit and an injection port of the addition for hypochlorination solution to be used for disinfection. The turbidimeter will include a 24-hour chart recorder; b) Treated water booster pump will have the capability to convey treated water to the system off elevation in the treated water storage tank, as indicated in attachment 1, after conversion to a production plant. This pump will be rated at 30 gpm and be electrically tied to the source water pumps; c) State of the art in-line ultraviolet disinfection system to disinfect the filtered water. The provided UV system will be based on a design flow of 50 gpm, provide a minimum dose of 40mJ/cm2 and include automatic wipers. The provided UV disinfection system must meet all requirements of California Department of Health Services; d) Cartridge pre-filter and an enhanced coagulation process system consisting of a coagulant mixing/storage tank, coagulant metering pump and mixer, as a minimum. The pilot plant will be configured so the source water to the pre-filter and/or the enhanced coagulation process can be by-passed. (2) Provide a minimum of 8 hours of operator training for the installed system and operate the system for a minimum of 4 hours before turning the system over to Government personnel. (3) The supplied system shall include a HDPE horizontal leg tank with a capacity to store all chemical contaminated water following a membrane cleaning and any spent cleaning chemicals produced during the pilot study. Adequate connections will be supplied to transfer the stored liquid into a septic tank pump truck. (4) All wastes generated during a non-chemical cleaning cycle can be discharged into plant drains or to the existing backwash manhole as indicated in attachment 3 drawing. (5) Prior to installation, submit for approval a revised building floor plan showing the location of the pilot plant, building modifications and associated piping and electrical connections required for operation. All required modifications should be noted as to be done the government or the supplier of the pilot plant. Required modifications by Government personnel need to include detailed instructions by the supplier. Ideally, the pilot plant should be located on the existing "empty" pad. If required, the pad will be upgraded by Government forces to meet the required size of the pilot plant before delivery. (6) Pilot plant will run for a maximum of 60 consecutive days. Should Option for Schedule 2 not be exercised by the Government, the contractor shall remove the plant at the contractor's expense. (7) Source water will be from a tee connection with the Mandate treatment plant. The pressure at the tee connection ranges between and 5 and 10 psig. (8) Treated water will be discharged into the rapid mix portion of the Mandate treatment plant for chlorination prior to discharge to the treated water storage tank. (9) The pilot system must operate in a manual and automatic mode, produce treated water with turbidity less than 0.2 NTU's constantly over 8 hours of operation. (10) Based on the results of the pilot study, prepare a report to determine: (a)the expected operation and maintenance requirements for a 30 gpm system (b) Effluent quality and how it relates to the requirements of the California Department of Health Services in regards to existing and future primary and secondary MCL's. The report will be required within 60 days after the end of the pilot period. Operational parameters during operation will be collected by the Government and be submitted to the supplier for use in the report. 1.4. Acceptable MF/UF Systems: (a) The proposal must incorporate a MF/UF technology approved by the California Department of Health Services Drinking Water Program's Surface Water Treatment Committee. A list of approved technologies can be found on the DHS website http://www.dhs.ca.gov/ps/ddwem/publicatoins/aftr6_2001.PDF. (b) Acceptable manufacturers of microfiltration systems are Pall and Memcor. (c) Acceptable manufactures of ultrafiltration systems are Aquasource, Hydronautics, Koch and Zenon. 1.5. Period of Performance: Pilot study is 60 consecutive days. Report is due within 60 days after the pilot study has been completed. 2.1 General (Schedule 2): a) All required upgrades to convert the pilot plant to a production plant will be done by the supplier. b) The manufacturer of the upgraded pilot plant will warrantee that the system will meet the current requirements of the State of California Health Department 99% of the time for a period of 1 year after acceptance. FAR provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 2004) applies to this acquisition. In addition, an addendum to FAR provision 52.212-1 also applies. FAR Provision 52.212-2, Evaluation - Commercial Items (JAN 1999), is hereby incorporated by full text. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price. The evaluation factors are listed in descending order of importance. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate proposals and award a contract without discussions with offerors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004) applies to this acquisition, and is hereby incorporated by reference. All offerors shall include a completed copy of the provision with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (June 2004), applies to this acquisition. In addition, an addendum to FAR clause 52.212-5 also applies. A copy of all solicitation provisions and contract clauses can be found at the following website: http://www.arnet.gov. All offerors must mail their proposal to the following: Bureau of Reclamation, 2800 Cottage Way, Room E-1815, Sacramento, California 95825-1898. No email or faxed copies of proposals will be accepted. To receive a copy of all attachments and addendums described in the solicitation, please email Bettye Lou Mahoney at bmahoney@mp.usbr.gov. Questions concerning this solicitation should be directed to the Contract Specialist, Bettye Lou Mahoney by the email address listed above or the Contracting Officer, Debra A. Keith at dkeith@mp.usbr.gov. The date and time for receipt of offers is July 16, 2004 by 2:00 PM local time.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=111012)
- Place of Performance
- Address: Angels Arm Recreation Area within Glory Hole Recreation Area, New Melones Lake, approximately 55 miles east of Stockton, California, and 15 miles northwest of Sonora, California, on State Hwy 49, Calaveras County, CA
- Zip Code: 95370
- Country: USA
- Zip Code: 95370
- Record
- SN00610481-W 20040627/040625230928 (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 |