SOLICITATION NOTICE
46 -- Canyon Waste Water Treatment Plant Controls Upgrade, Yellowstone National Park.
- Notice Date
- 6/17/2010
- Notice Type
- Presolicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1576101002
- Response Due
- 7/15/2010
- Archive Date
- 6/17/2011
- Point of Contact
- Stacy L. Vallie Contract Specialist 3073442076 stacy_vallie@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1576101002. A WRITTEN SOLICITATION WILL NOT BE ISSUED. 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. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor providing the best value to the Government. The North American Industry Classification System (NAICS) code is 541330. The proposed contract is set up for full and open competition. All responsible business concerns may submit a quotation which shall be considered by the National Park Service (NPS). QUOTES ARE DUE for this combined synopsis/solicitation on July 15, 2010, at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park, WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to the attention of Stacy Vallie and Andy Fox at 307-344-2079 or emailed to stacy_vallie@nps.gov AND andy_fox@nps.gov. To be considered for award, vendors must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. Yellowstone National Park requires a DirectLogic DL205 with touch screen and printer connections, including installation, to be used as the Programmable Logic Controller (PLC) at the Canyon Wastewater Treatment Plant. Contractor shall install a terminal block in the existing cabinet after removing obsolete and unused relays, thumbwheel, controllers and obsolete PLC. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. This site visit will take place June 29, 2010, at 1:00 pm at the Canyon Wastewater Plant. A map of the site location is available upon request. STATEMENT OF WORK: General requirements1)DirectLogic DL205 with touch screen and printer connections to be used as the Programmable Logic Controller (PLC). Copy of programming will be left on site. 2)Phoenix Contact's WINPLC with Think and Do runtime software will be used as the controls programming application.3)Canary Systems Data Logger (Trend Link is provided by the National Park Service) will be used for data acquisition. 4)Contractor shall replace existing PLC with the new DirectLogic PLC.5)Contractor shall interface the PLC to an industrial computer (provided by the National Park Service) and to a touch screen interface, which includes the installation of new Uninterrupted Power Supply [Toshiba 1600EP Series UPS (provided by the National Park Service)] for filtering control power. The system must have battery backup ability to insure smooth transition of power from generator to public power and the reverse. 6)The DirectLogic PLC must be setup to take at least 10 additional Input and Output parameters for future system growth. Future growth would include chemical feed pump controls, inline monitoring such as ph, dissolved oxygen and turbidity. 7)Headwork's flow, lagoon surface aerators and blowers will be remote input and output locations.8)Contractor shall install a terminal block in the existing cabinet after removing obsolete and unused relays, thumbwheel, controllers and obsolete PLC. All inputs and outputs will be accessible on this terminal block. 9)Essential wires will route into the office. The Contractor will provide continuity of wiring from old to new wiring and provide hard copy of wiring diagrams. 10)Contractor will install a new cabinet to house the touch screen and industrial computer. 11)The DL 205 CPU will be connected to a desktop PC via an Ethernet based controller (EBC). This desktop PC will be used for data acquisition. Program for data acquisition must feature an operational maintenance log, daily plant work log, lab worksheet, and process chemical feed recording. 12)All of the plant process parameters will be displayed graphically on computer screens. The operator will access the screens and change parameters with standard point and click mouse technology. 13)All timed parameters need to be accessible for adjustment.14)All of the automatic equipment will have capability for complete manual operation independent of the controller. Each piece of automatic equipment will have HOA (hand, off, auto) switch. 15)A manual operation option is essential in the event of PLC failure. 16)Desktop PC shall be capable to provide for manual operation should system PLC fail. Operators need the option to override PLC with desktop and run things in a manual mode. 17)All parameters on the Graphic Interface Screen shall be viewable. Graphic Interface Screen: a)Headwork's INFOPlant Influent flow reading from headworks Muffin Monster run times ON/OFF/Timer for Muffin Monster b)Lagoon Aeration INFOBlower and surface aerator run times (adjustable) Data archive of Daily run times/monthly 24 Programmable timers for aeration control c)Advanced Wastewater Treatment Plant INFO:Train 1 and 2 Influent flow readings (archived daily reading) Total, instantaneous and daily readings of plant flows Percent open/closed of filter 1&2 effluent valves (flow to clear well) Decant pump flow reading/HOA Control sedimentation basin sludge wasting pump times /HOA d)Backwash Operation Backwash cycle will start at desired headloss, to be set by operatorFilter 1 Headloss levels Filter 2 Headloss levelsTrain 1 Influent valve Train 2 Influent valve Filter 1 Influent valve & effluentFilter 2 Influent valve & effluentFilter 1 Backwash influent valveFilter 2 Backwash influent valveFilter 1 Surface Wash valveFilter 2 Surface Wash valveBackwash Supply Valve (controls flow through filters during backwash cycle) Backwash Timers and Set Points Surface Wash TimeBackwash TimeBackwash count Backwash Flow RateBackwash Pump Alternation Mode - Pump 1 or Pump 2Abort Backwash Push Button e)Alarm Set PointsAlarms will need to be tied to the park communications center via dialer Alarm Delay TimersHigh DP Alarm (2) Alarm Set Points Low Chlorine Residual (future) High Filter Level (2) Alarm Mode - Active, Deactivated 18)Some components may not be compatible with the new PLC and software such as automatic valves, motors, gauges and transmitters. If these essential system components are incompatible they will need to be replaced accordingly. A list of plant input and output components will be sent via email upon request. Solicitation #:Q1576101002 Quotes due:July 15, 2010, by 4:30 PM Mountain Daylight timeSubmit to:stacy_vallie@nps.gov AND andy_fox@nps.gov or fax to the attention of Stacy Vallie AND Andy Fox at 307-344-2079Date:______________________Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offerer Name: ________________________________________ *Quoted price should include delivery and installation at the Canyon Waste Water Treatment Plant, Yellowstone National Park, Wyoming 82190. Delivery needed by October 1, 2010. Line Item 1: Removal and replacement of existing PLC with new DirectLogic DL205 with touch screen and printer connections to be used as the Programmable Logic Controller (PLC) at the Canyon Wastewater Treatment Plant as described in General Requirements. Total Price Including Delivery and Installation: $_______________ This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-40. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2 EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-15, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-9, 52.225-1, 52.225-13, 52.232-33, 52.237-1 Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1576101002/listing.html)
- Place of Performance
- Address: Yellowstone National Park, WY.
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02180025-W 20100619/100617234907-0c347e76927d6716a6a25ae675da2e30 (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 |