SOLICITATION NOTICE
44 -- Thermal Oxidizer
- Notice Date
- 11/16/2008
- Notice Type
- Presolicitation
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, BUREAU OF ENGRAVING & PRINTINGOFFICE OF ACQUISITION14TH & C STREET, SWWASHINGTONDC20228
- ZIP Code
- 20228
- Solicitation Number
- RFP-09-0006
- Response Due
- 11/25/2008
- Archive Date
- 12/25/2008
- Point of Contact
- Baron, Donald -(202)874-3143, donald.baron@bep.treas.gov<br />
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Engraving and Printing (BEP) Western Currency Facility (WCF) located at 9000 Blue Mound Road, Fort Worth, TX 76131-3304 has a requirement for a contractor to provide a new Regenerative Thermal Oxidizer (RTO)for the destruction of volatile organic compounds (VOCs) from the BEPs intaglio press lines. This is the pre-solicitation notice for this Acquisition.The pending solicitation will be to provide and install a new RTO on a prepared site immediately to the South of the existing RTO. Site preparation will not be part of the scope of this Request.The installation shall meet all federal, state and local emissions standards and regulations. Specifically, the equipment shall comply with Texas 30 TAC 116.111(a)(2)(C), Best Available Control Technology and requirements of Texas 30 TAC 115.442(1). In addition to this requirement, the BEP requires the new equipment to have a destruction efficiency of 98%.The RTO will be utilized to control the VOC emissions from fourteen Intaglio Printing Presses. The unit shall be fabricated to process a maximum volume of approximately 30,000 scfm and will be automatically adjusting to accommodate emissions from one to fourteen presses in operation at a given time. The RTO manufacturer shall verify the maximum capacity needed by the Western Currency Facility operating fourteen presses prior to fabrication of the equipment.The exhaust from the presses will be conveyed at a temperature of approximately 85-95 degrees F. The RTO shall be complete with fans, motors, VFD drives, gas burners, control and electrical panels, multi chamber (minimum of 3) combustion system and all operating controls, alarms, and devices as required for a complete and operating system. An air conditioned and heated Control Structure shall be provided adjacent to the RTO to house control panels and monitors. The building power, signal and remote monitoring conduits and conductors will be extended to this Control Structure for connection by the Supplier.The work shall include organizing and conducting operators training program, providing technical assistance, equipment safety performance tests, and any other incidental services to assure correct operation and compliance with regulations.Installation will require the successful vendor to provide permanent service platforms and walkways for service and maintenance to upper burner section and RTO super structure including access ladders and handrails as required by OSHA; and Providing light fixtures and power outlets at service platforms for maintenance. The successful vendor will provide an exhaust stack on the RTO to a minimum height of 50 above grade. Stack to be equipped with ladder and landing to sampling ports as required by regulation. A monitor shall be provided in an in-house location to be determined in order to oversee the status of critical systems of the RTO without exiting the building to enter the Control Structure. Electrical power and communication conduit will be provided by the Site Prep Contractor for this monitor between the in-house location and an outdoor location to be determined. The monitor including mounting shall be provided by the Supplier. The overall system shall be warranted for minimum of one year from the date of Final Acceptance. The incinerator vessels, manifolds and heat exchangers shall be warranted against deterioration and corrosion for a minimum period of five (5) years.The Supplier shall provide training services as follows: a minimum of three (3) 8 hour training sessions for a maximum of 4 operators at each session. For the training sessions, the offeror is to provide a minimum of five copies of Operations and Maintenance Manuals to be used during the training sessions. At the end of the training sessions, the offeror shall turn the Operations and Maintenance Manuals over to the COTR.Federal Law requires that each building constructed or altered by any federal agency shall, to the maximum extent feasible, be in compliance with one of the nationally recognized model building codes and with other applicable nationally recognized codes. Specific codes required by this project are International Building Code, the NFPA Life Safety Code and the National Electric Code. Other codes may be required as appropriate for the work.This is not a request for proposal. The Request for Proposal with the BEP Statement of Need will be posted and include all necessary details. Interested parties should contact Donald Baron, Contract Specialist, Bureau of Engraving and Printing, Office of Acquisitions, Room 705-A, 14th and C Streets SW, Washington, DC 20228 by mail or e-mail addressed to donald.baron@bep.treas.gov by close of business on Tuesday, November 25, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b5eb33fce4602cf0293953c59897de11&tab=core&_cview=1)
- Place of Performance
- Address: Bureau of Engraving and Printing9000 Blue Mound RoadFort WorthTX76131US<br />
- Zip Code: 76131<br />
- Zip Code: 76131<br />
- Record
- SN01705504-W 20081118/081116213234-b5eb33fce4602cf0293953c59897de11 (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 |