SOURCES SOUGHT
A -- Ballast Water Treatment Test Facilities - Attachment A
- Notice Date
- 3/20/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1082 Shennecossett Rd, Groton, Connecticut, 06340-6096
- ZIP Code
- 06340-6096
- Solicitation Number
- HSCG32-09-I-R00015
- Archive Date
- 5/16/2009
- Point of Contact
- Helen R Nelson, Phone: 860-271-2843
- E-Mail Address
-
helen.r.nelson@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- Attachment A - Draft Test Protocol THIS IS A SOURCES SOUGHT NOTICE FOR THE UNITED STATES COAST GUARD (USCG) RESEARCH AND DEVELOPMENT CENTER (RDC), NEW LONDON, CT. This Request For Information (RFI) is part of a market research effort to assess scientific and technical capabilities that will best address the USCG’s need. The USCG RDC needs to identify test facilities capable of performing tests of full-scale ballast water treatment (BWT) systems. In conjunction with the Center for Corrosion Science & Engineering at the Naval Research Laboratory (NRL) in Key West, FL, the USCG RDC intends to conduct research to determine the nature and degree of differences in results between facilities testing a single BWT system according to a set test protocol. This research is intended to support the USCG’s efforts to develop practical and effective protocols for evaluating the performance of ballast water treatment systems. The RDC seeks information from test facilities that expect to continue in the future as one of several U. S. locations testing the efficacy of BWT systems. Facilities should have already conducted shakedown tests to characterize the facility, or be prepared to do so, prior to participating in the planned BWT system tests. The RDC needs to assess interest in participation in this research effort, determine schedule availability, and understand the potential costs that will be incurred to conduct this testing at such facilities. No decisions regarding selection of test facilities to participate in the tests have been made. In the future, it is the RDC’s intention to conduct tests at two or more facilities subject to schedule and cost constraints. As a result, a future solicitation may be offered based upon industry response to this RFI. The prospective test facilities shall have the capability to conduct full-scale BWT system tests according to a specified test protocol which will be provided as Government Furnished Information (GFI). For the purposes of this RFI, however, a DRAFT test protocol, representing the testing procedures USCG anticipates requiring in the future, is provided as Attachment A. To participate in this study, test facilities shall be required to have the following capabilities and resources: 1) Access to a natural water supply (fresh, brackish, or marine) capable of supplying water and ambient organisms at the required flow rate; 2) the capability to install and operate full-scale BWT systems; 3) holding tanks greater than 100 cubic meters in size to realistically reflect those found on vessels; 4) separate control and treatment tanks; 5) the capability to completely empty and clean interior surfaces of tanks between tests; 6) all applicable permits in place for disposing of treated or augmented water; 7) the facilities for conducting biological analyses to determine concentrations of living organisms in three size-classes (less than 10 microns, between 10 and 50 microns, greater than 50 microns); 8) a team of personnel available with the necessary mix of expertise for engineering support and for conducting biological analyses according to standard protocols; and 9) ability to follow a rigorous quality assurance plan that maximizes the production of credible results. The facility shall be required to generate a system-specific test plan (including a quality assurance performance plan) in accordance with Government-specified test protocols for evaluating BWT systems, conduct the tests, record and analyze the data, and generate a final report on the performance of the system. The facility shall have instrumentation installed to measure various parameters (e.g., flow rates, volumes, pH, salinity, etc.) and the capability to record the data collected. Addressing all the facility’s required capabilities and resources described above, please provide the following information in response to this market research: (A) A description of your facility including location; body of water/natural water supply; pump size and flow rates; number and sizes of holding tanks; engineering and biological analytic capabilities; (B) In a rough order of magnitude (ROM), a cost estimate for conducting the five biological efficacy test procedures for one BWT system in accordance with Section 5.4 of Attachment A. ROM shall include: 1) estimated costs such as labor and facility costs; and 2) if applicable, external funding (actual funds or payment-in-kind) available or anticipated offsetting total cost to the USCG. (C) Test facility’s availability for calendar years 2009 – 2011. Document when facility will be ready to conduct tests, and an approximate schedule with regard to availability. What must be completed before the facility can meet the availability scheduled for calendar years 2009 - 2011 and can meet the required capabilities and resources described above. Specifically, if the facility does not currently meet the requirements of the protocol, describe what is required to become ready in terms of both technical modifications and estimated cost and time. Describe what equipment and instrumentation will you need to acquire before you will be able to conduct the tests. Provide the amount of lead-time you require for test scheduling. (D) If a follow-up to this RFI is pursued for observation of the test facility setup and conduct of the tests, any security or other access requirements necessary for a USCG or other Government representative or Government contractor to review the facility; (E) Copy of the facility quality assurance plan; (F) A list of personnel available for this type of testing. Include position title and years of professional experience. Do not include names of personnel; and (G) With regard to NAICS 541712, please identify if you are a Small or Large Business. Responses to this market survey shall be limited to no more than 40 pages and shall be sent directly to Helen.R.Nelson@uscg.mil with a copy to Penny.R.Herring@uscg.mil. Respondents are requested to respond no later than May 1, 2009. The Government does not intend to award a contract on the basis of this RFI, or to otherwise pay for information received in response to this RFI. This RFI is issued for information and planning purposes only and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this RFI are not offers and will not be accepted by the U.S. Government to form a binding contract. PHONE CALLS WILL NOT BE ACCEPTED, VOICE MAIL MESSAGES LEFT WILL NOT BE RETURNED, AND EMAILS RECEIVED WILL NOT BE RESPONDED TO.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8d076397a80f0bb7d166078956aba7db&tab=core&_cview=1)
- Record
- SN01774711-W 20090322/090320221435-8d076397a80f0bb7d166078956aba7db (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 |