Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

43 -- Provide and install pumps and associated equipment at NOAA lab in Santa Cruz, CA.

Notice Date
6/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), SW FISHERIES SCIENCE CENTER SANTA CRUZ, 110 SHAFFER RD., SANTA CRUZ, California, 95060, United States
 
ZIP Code
95060
 
Solicitation Number
SWC-FED-19
 
Archive Date
7/21/2012
 
Point of Contact
STEVE MILLER, Phone: 831-420-3914
 
E-Mail Address
steve.miller@noaa.gov
(steve.miller@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Provide and install pumps and associated equipment at NOAA lab in Santa Cruz, CA. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ # SWC-FED-019 (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- ­­53. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 221310. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 –Services, non-personal, to transport modular office building and hazmat shed from La Jolla, CA. to the NOAA/NMFS lab in Santa Cruz, CA. (VI) Description of requirements is as follows: See attached statement of work. (VII) Period of performance shall be: 8/1/2012 through 8/20/12 (VIII) FAR 52.212- 1, Instructions to Offerors -- Inquiries. Offerors must submit all questions concerning this solicitation in writing or email to Steve Miller either through email steve.miller@noaa.gov or faxed at 831-420-3977 no later than 12:01 p.m. PST, July 5, 2012. (IX) FAR 52.212-2, Evaluation – Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on Best Value to the government: 1. Submit Motor & VFD make, model and type. 2. Past experience/references. 3. Ability to provide factory authorized warranty & service on installed equipment. 4. Ability to provide 24/7 emergency service on site. 5. Total cost to government The Government intends to award a firm-fixed price purchase order on an all or none basis to the responsive and responsible offeror. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Oct 2010), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (June 2010) applies to this acquisition. (XII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.htm l (End of Clause) Department of Commerce Clauses: 1352.201-70, Contracting Officer’s Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIII) Quotes are required to be received in the contracting office no later than 11:59 P.M. Pacific Daylight Time on July 6, 2012. All quotes must be faxed or emailed to the attention of Steve Miller. The fax number is (831) 420-3977 and the email address is steve.miller@noaa.gov. STATEMENT OF WORK Seawater Pump Upgrade June, 2012 BACKGROUND The South West Fisheries Science Center in Santa Cruz is a fisheries research facility of the National Marine Fisheries Service (NMFS), which is part of the National Oceanic and Atmospheric Administration (NOAA), Department of Commerce. It was occupied in December of 2001. It is located at 110 Schaffer Road, Santa Cruz, California. The Laboratory is approximately 1000 feet from the coastal surf zone, which is considered harsh environment for building structures and their systems. SCL receives seawater from the ocean through Long Marine lab. The seawater is stored in the two 30,000 gal storage tanks on the North side of the building. Water is gravity fed from these tanks to a sump where it is then pumped through sand filtration, a UV sterilizer and then distributed to the various aquariums for sustaining fish. Many of these “wet” studies are long term, delicate and cannot be duplicated should a system failure kill the fish or adversely alter conditions. Part of the lab’s work is with ESA listed Coho Salmon. Survival of these captive fish and success of the research require a constant flow of fresh seawater. Our existing seawater system utilizes two (2) Fybroc pumps with 20hp motors to distribute seawater to our fish tanks. The pumps operate in a lead/lag arrangement. Water is pumped from a sump, filtered and distributed to the fish tanks. The amount of water needed for the aquarium varies, but falls well below the maximum capacity of the pump. To maintain proper pump curves the return line is manually adjusted to send the unused water back to the sump (where it is re-pumped). Each time an aquarium tank is adjusted the return line must be recalibrated to maintain the proper pressure/pump curve. The existing pumping system is a significant waste of energy. Also, the pump motors are aging and rusting out and need to be replaced before they fail. PROJECT DESCRIPTION 1. Replace two (2) existing 20hp seawater pump motors with energy efficient, TEFC motors. 2. Install a VFD drive for each pump motor. 3. Install a pressure sensor on the aquarium supply line. 4. Calculate and redesign the system to meet variable load conditions that track consumption and optimum energy efficiency utilizing the new VFDs, pressure sensor(s) and integrate with monitoring points in the existing Delta EMS system to automatically regulate the pressure in the seawater distribution line to meet optimum pump curves and maintain optimum pressure regardless of changing downstream demands. 5. The new system shall work as a completed and functional system meeting all applicable current federal, state, and municipal laws, codes and regulation and including the State of California Title 24. 6. All construction materials shall match the existing system. Hangers, strut, hardware, wire ways and electrical enclosures must be constructed of plastic, fiberglass, stainless steel or other corrosion resistant materials. Painted, zinc plated or epoxy coating of steel or aluminum is not sufficient to prevent saltwater corrosion. 7. Startup and commission the pump systems. 8. Clean up the area of any debris. 9. Provide on-site training to NMFS facility staff for operation of the pump control system. 10. Warranty on installed equipment and work. GENERAL REQUIREMENTS 1. All work shall be performed by trained and qualified employees of the Contractor, or approved sub contractor. 2. All work under this contract shall take place during regular hours of the trade. 7:00 a.m. – 5:00 p.m. Monday through Friday. No weekend, federal holidays or overtime work is included in this proposal. 3. It is the responsibility of the successful bidder to determine site conditions, equipment, specifications and requirements to successfully complete this project. This statement of work should not be relied on alone to make those calculations or determinations. 4. The seawater system is critical to the processes and survival of the fish. Notification must take place prior to any shutdown of equipment. Only specified NMFS staff shall shut down equipment. 5. Floor drains/troughs in the work area lead directly back to the ocean. All precautions must be taken so that no chemicals or contaminants enter the drains. 6. The contractor must have a minimum of 10 years experience in the mechanical/electrical/motor installation trades. 7. Evaluation Factors--Award will be made based on Best Value, taking into consideration both Price and Experience 1. Submit Motor & VFD make, model and type. 2. Past experience/references. 3. Ability to provide factory authorized warranty & service on installed equipment. 4. Ability to provide 24/7 emergency service on site. 5. Total cost to government
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dabf579e519b5fa51289663410ae1ec4)
 
Place of Performance
Address: NOAA/NMFS Lab, 110 Shaffer Rd., Santa Cruz, California, 95060, United States
Zip Code: 95060
 
Record
SN02781962-W 20120623/120621234831-dabf579e519b5fa51289663410ae1ec4 (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.