SOLICITATION NOTICE
43 -- Swimming Pool Water Automated Treatment Process
- Notice Date
- 9/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Alameda, Coast Guard Island Building 42, Alameda, CA, 94501-5100
- ZIP Code
- 94501-5100
- Solicitation Number
- 21-04-3146SA122
- Response Due
- 9/27/2004
- Archive Date
- 10/12/2004
- Description
- This is a combined synosis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The following identifies the functional requirements which meets the governments requirements. This announcement constitutes the only solicitation. Quotes are being requested and a writen document will not be issued. The applicable NAICS number is 334513 and the mall business size standard is 500 employees. This is an unrestricted U.S. Coast Guard, Bldg. 48, Morale Welfare & Recreation Indoor Training Pool, Scope of Work: The Indoor Training Pool requires a highly eficient automated water treatment analytical monitor and controller system in association with a CI feed system and CO2 injection process including ancillary piping, heating, and filtration equipment. This new system will require the removal and disposal of the existing water treatment system, training for the new system, equipment and service warranties, and a cost for the monthly monitoring with a 30 day event report for one year. The contractor shall furnish all labor, material, adn equipment to perform this work. The Contractor/manufacturer/installer must have experience in the installation of similar systems. All equipment and water treatment process system submittals are to be forwarded to the Pool director for study and approval. Equipment Minimum Requirements: The Monitor/Controller 01. The water monitor/controller system must continuosly monitor and control water PH. High-Resolution Redox (HRR), CI ppm, CO2 water termperature, and additionally display LSI (Langelier Index) and RSI (Rysner Index) values. 02. The LCD screen must be back-lighted and continuosly display alphanumeric characters noting time, date, alarm status, water temp, PH, HRR, LSI, RSI, emergency phone numbers and descriptive alarm messages. The alarm LED will activate with a multi-light display to show separately the proportion or rate of chemical to CO2 feed systems. 03. The controlelr msut be equipped with a plug-in printed circuit board (PCB) with a modem providing remote interface with any IBM compatible computer and remote system communication with any touch-tone phone. Ther PCB and modem must be an integral part of the chemcial feed control system and must enable service and operating personnel to perform mulit-functions. 04. Controller operating software will be installed into U.S.C.G. owned computers. Software and upgrades will be provided and installed to the Coast Guard at no cost. 05. Sensing probes are to be plumbed and wired into a non-corrosive secure vessel with a see-thru hatch. The redox sensor shall be of the patented HRR technology. Both PH and the HRR electrodes shall contain not less than 50ml of electro-lite gel to lenthen electrode life. 06. The controller must have a security code for access. Delivery and installation of equipment shall be coordinated with Mr. Anthony Urban (510) 437-3579. Inspection and acceptance of material shall be performed by the same. Items delivered shall be new material. Drawings ar enot available and cannot be furnished by the U.S. Coast Guard. Closing date of quotes is September 27, 2004, 3:00 p.m. PST. Quotes may be F.O.B. Destination or F.O.B. Origin, freight prepaid. F.O.B. quotes must include shipping costs to be considered responsive. For information regarding this request for quotation contact Deborah Cefaratti (510) 437-3195, e-mail Dcefaratti@d11.uscg.mil or faxed (510) 437-2793. All responsible sources may submit am offer which shall be considered. Contractors must have valid DUNS Numbers, and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004). FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)award will be made to the offeror(s) proposing the best value to the Government considering technical acceptability, past eprformance, price and delivery, with technical acceptability and past performance significantly important than price. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003, FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999), FAR 52.204-7 Central Contractor Registration (Oct 2003, FAR 52.225-2 Buy American Act Certification (Jun 2003), FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984). Quotes may be submitted on company letterhead stationary and must include the required information: Nomenclature, Part Number, NSN, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2004) of which copies can be obtained by downloading the document from www.arnet.gov/far.
- Place of Performance
- Address: U.S. Coast Guard, MWR Pool, Coast Guard Island, Alameda, CA
- Zip Code: 94501
- Country: USA
- Zip Code: 94501
- Record
- SN00678152-W 20040923/040921211540 (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 |