SOLICITATION NOTICE
S -- WATER TREATMENT SYSTEM
- Notice Date
- 9/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
- ZIP Code
- 75051
- Solicitation Number
- RFQ61611-023-08
- Response Due
- 9/23/2008
- Point of Contact
- Darrell L. McKeel,, Phone: (972) 352-4518, Alfred Rauschuber,, Phone: (972) 352-4505
- E-Mail Address
-
dmckeel@bop.gov, arauschuber@bop.gov
- Small Business Set-Aside
- N/A
- Description
- Request for Quotation 61611-023-08 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. WATER TREATMENT SYSTEM GENERAL INFORMATION - The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas, intends to award a firm-fixed unit price contract for the provision of water treatment systems at the Federal Correctional Complex (FCC) located in Victorville, California. The complex consists of a high security male U.S. Penitentiary, two medium security male Correctional Institutions, a minimum security female Satellite Camp, A UNICOR production factory, and Central Administration Building all located on 960 acres of land. General information regarding the Bureau of Prisons (BOP) and its facilities is located at www.bop.gov. PLACE OF PERFORMANCE - Services will be performed at the Federal Correctional Complex, Victorville, California 92394. GENERAL - Shop Drawings are to be submitted for water treatment system in accordance with Mechanical General Provisions. Provide manufacturers' catalogue literature for water treatment system components including valves, Controller, separator and water conditioners. Maintenance Materials and Service The Contractor shall provide installation and instructions and a start-up supervisor and service for one year including instruction of operation personnel in the testing of blow-down water for conductivity, pH and chloride levels. The Contractor will provide a maintenance and operation manual for the water treatment system. SCOPE OF WORK - The Contractor will provide non-chemical water treatment systems consisting of electrostatic water conditioners for scale/hardness removal and micro-minerals for control of corrosion and bacteria for proposed cooling tower makeup and condenser water systems. The system shall provide complete automatic treatment of the condenser water system to following performance parameters: 1.) Control scale and scale removal as measured by energy efficiency improvement. 2.) Control corrosion rates to < 4 mpy on mild steel as measured by corrosion coupons, and < 2 mpy on copper 3.) Control microbiological contamination and fouling, verified by plate counts of <10,000 cfu/ml. 4.) System shall be self regulating. 5.) System shall achieve above stated parameters without the use of scale or corrosion inhibitors, Biocides or Algaecides, or any other liquid chemical product. 6.) System shall require no external electrical supply other than a standard 7.) 110VAC/15 Amp Duplex Service for conductivity/blowdown controller. 8.) Provide corrosion coupon rack to measure mild steel and copper corrosion rates. 9.) System shall be capable of reducing makeup water usage and sewer discharge by at least 20%. The sewer blowdown shall be suitable for reuse without further treatment. System shall include all costs of supply, and commissioning of the water treatment system. Major components of the system to be supplied by Contractor. Contractor to include all materials and labor for making piping connections to existing systems and all associated power and control wiring. At completion, the system shall be demonstrated to the operating personnel at the site. All systems shall be subject to verification and approval by the Contract Monitor and the Facility Manager. System components shall be as supplied by Contractor. Packaged water treatment system components for make up water line consisting of: 1.) Makeup Water Assembly for attachment to the make-up water line, including micro-mineral feeder with supply of micro-minerals. 2.) One pressure regulating valve sized to meet the system make-up water requirement, and micro-mineral pressure requirement. 3.) One or more electrostatic water conditioners for the removal of scale and hardness to be installed on a side stream of the condenser water piping. 4.) A valved by-pass to allow for service isolation and fast fill. Packaged water treatment system components for recirculation consisting of: 1.) One (1) cyclonic separator sized to meet the system requirements. 2.) One (1) or more electrostatic water conditioners for the precipitation of scale/hardness to be installed on each of the cooling tower makeup water lines. 3.) One (1) normally closed soleniod valve sized to meet the system bleed requirements. 4.) One (1) hand ball valve sized for manual feed 5.) One (1) conductivity controller for blow-down and make-up water control 6.) One (1) separately fused 110V electrical circuit (provided by the installing contractor) for the controller and solenoid valve. EXECUTION Installation as per manufacturer's recommendations. The Mechanical Contractor shall provide all required piping, insulation and fittings for a complete system. The Mechanical Contractor shall supply the Engineer with Certified documentation that the system has been approved by the equipment manufacturer. Test the system on completion, fill system, set controls and perform complete test including set-up and efficiency check. Result of test shall be forwarded to the Facility Manager in writing. The warranty shall be 100% guaranteed for a period of one (1) year from the date of complete installation and final acceptance test. During this period the Contractor shall be fully responsible to repair or replace any defective equipment or part thereof free of charge to the Owner. Regular preventive maintenance and seasonal start-up will be carried out by the Owner. OPERATION The equipment provider employee (not contractor or manufacturer's representative) will provide complete training for all designated staff at FCC Victorville to include first (10 p.m.- 6 a.m.), second (6 a.m. - 2 p.m.) and third shift (2 p.m. - 10 p.m.). Also a guarantee/validation to remove existing scale and keep the system free from scale on all immersed surfaces in the condensor water system. This includes the tower fill, basin, condensor water piping and chiller tubes. The contractor is to provide maximum protection against bacteria and biofouling by maintaining total planktonic bacteria counts below 10,000 cfu/ml. During the validation period the equipment provider will perform the following: 1.) Monitor the mild steel and copper corrosion rates 2.) Remotely monitor the system 3.) Provide system startup and support 4.) Provide monthly service visits, written service reports and operator training The equipment provider shall provide full elemental water analysis of cooling tower makeup water and modeling of cooling tower makeup water to demonstrate mineral scaling limits and estimate maximum water savings. The equipment provider will perform a validation study for energy before the system is and will return on or about sixty (60) days for another validation study (i.e. before and after). FCC Victorville will have thirty (30) days to review said report. The equipment provider will provide a full validation report to include the following: 1.) Visual documentation (pictures) of system performance before and after 2.) Water and sewer reduction 3.) Corrosion coupon results 4.) Energy Savings 5.) Safety Improvements 6.) Maintenance and labor savings If 90 days after of receiving written notice of any failure to the performance guarantee, the equipment provider has not corrected or are in process of correcting whatever is required to meet the performance guarantee, the equipment provider will refund the Owner 100% of the equipment purchase price to include labor. The performance guarantee applies during the validation period and as long as FCC Victorville follow's the equipment provider operation and maintenance manual. The system will be returned to it's original operation at no cost to the Owner. RESTRICTIONS ON CONTRACT WORKERS The Contractor shall not supervise inmates, supervise Bureau of Prisons staff, participate in inmate accountability, requisition, sign for, or pickup supplies, formulate policy or procedures, or attend meetings, staff recalls or staff functions. INSTITUTION SECURITY The Contractor agrees to adhere to all regulations prescribed by the institution in regards to the safety, custody, and conduct of inmates. The contractor will sign the provided log or sign-in sheet to document sessions worked and for security reasons. METHOD OF PERFORMANCE The Contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing tasks outlined in the Statement of Work as long as the requirements are met in accordance with the procedures described above. The services, although not directly supervised, shall be reviewed by institution staff to ensure contract compliance. PRICING METHODOLOGY Pricing should include all charges to the Government for performing the services required by this contract (e.g., insurance, overhead, profit, supply, install, maintenance, etc.). Contract pricing shall be based upon one full price for each job. CONTRACT CLAUSES: 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 FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000)52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007) 52.223-5 Pollution Prevention and Right to Know Information (AUG 2003) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and General Liability written on the comprehensive form of policy of at least $500,000 per occurrence for bodily injury. 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: Unsafe Conditions due to the Presence of Hazardous Material (JAR 2852.233-70) Department of Justice (DOJ) Residency Requirement - BOP clause (JUN 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2008)- (b) 1, 8, 15, 16, 18-23, 24, 31, 36. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an firm-fixed price type contract. It is anticipated that contract award resulting from this solicitation will be made approximately September 2008. Performance Period: The period of performance of the resulting contract shall be not more than 5 work days from work beginning after award through job completion. The contractor shall commence performance of services under this contract, by submitting required documentation to initiate security clearance, within 14 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FCC Victorville located in Victorville, California. Ordering Official: Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for commercial purchase card purchases. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FCC Victorville is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedures may be performed: 1). National Crime Information Center (NCIC) check; 2). DOJ-99 (Name Check); 3). FD-258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM-329-A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions 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 FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) tailored to delete paragraphs at c, d, h, and I as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2008) 52.233-2 Service of Protest (SEP 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Site visits for this requirement may be scheduled upon request. Quoters who wish to inspect the site where services are to be performed may submit an email request by September 19, 2008 to Darrell L. McKeel, Contract Specialist at the email address listed below. Please include your name, company name, the names of any other individuals who will be attending with you, and a daytime phone number in your request. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. The North American Industrial Classification (NAICS) code is 221310 and the applicable small business size standard is $7.0 million. Quoters are hereby notified that the Government intends to evaluate quotes and extend an offer of contract award to the offeror whose quote contains the best terms from a price and technical standpoint in accordance with FAR 52.212-1(g). SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Contractors DUNS Number (2) Quoted price per job (job is defined as the completion of procedures listed above) for this contract. Example format: Base Year: Water Treatment System x $________ per job = $_________. A price quote for each the completion of all procedures listed above must be provided. 3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov.(4) Documentation of Qualification: Quotes outlining compliance with the requirements stated in this solicitation. Quoters shall also submit a brief description of plans to fulfill the contract, along with supporting documentation as indicated. (5) Evidence of insurability concerning Work on a Government Installation. (6) Point of Contact information for professional references. Quoters should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). (7) Point of Contact information for financial reference. Quoters should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. Financial references such as banking institutions generally require your authorization for release of information. If your reference will require a release- provide an authorizing statement with your quote submittal. Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Wednesday, September 24, 2008. Written quotes will be accepted by mail, hand-carried delivery, fax, or email. Mailed or Hand-carried Quotes must be delivered to the attention of Darrell L. McKeel, Contract Specialist at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hours of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base. Faxed Quotes must be faxed to 972-352-4545, Attn: Darrell L. McKeel, Contract Specialist. Quotes should be clearly marked with the solicitation number and include all required information. Emailed Quotes must be sent in.pdf format only to dmckeel@bop.gov. Include the following in your subject line: Quote submitted in response to RFQ61611-023-8. Quotes must include all required information. Quoters are advised to submit any questions regarding this requirement in writing to Darrell L. McKeel, Contract Specialist at the email address listed below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=704a3be807072e75405a5515593cf866&tab=core&_cview=1)
- Place of Performance
- Address: 13777 Air Expressway Blvd, Victorville, California, 92394, United States
- Zip Code: 92394
- Zip Code: 92394
- Record
- SN01670642-W 20080917/080915220923-704a3be807072e75405a5515593cf866 (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 |