Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
SOLICITATION NOTICE

J -- Vehicle Wash System

Notice Date
6/28/2010
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912H-10-R-0034
 
Archive Date
7/29/2010
 
Point of Contact
Walter L Gordon, Phone: 843-329-8082, Henry Wigfall, Phone: 843-329-8088
 
E-Mail Address
walter.l.gordon@usace.army.mil, henry.wigfall@usace.army.mil
(walter.l.gordon@usace.army.mil, henry.wigfall@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
P rovide planned maintenance (PM), inspection, repair, and remote monitoring of thirty six (36) reclaim (no discharge) vehicle wash systems at Marine Corps Reserve Centers located throughout the continental United States. Each reclaim vehicle wash system includes either an in-ground concrete wash pad with a grit chamber connected to an in-ground sediment pit or collection tank or a portable steel wash rack with a side gutter to collect wash effluent. Effluent from the sediment pit, collection tank, or gutter is pumped to the reclaim system housed in the reclaim container. Wash effluent entering the reclaim system passes through an oil water separator (OWS) and then passes through a series of filters before finally being stored as clean water in the clean water storage tank. Water from the clean water storage tank is used to power either diesel or gas powered pressure washers. At several sites, a high solids removal (HSR) system is installed to remove heavy solids before final wash by the pressure washers. Effluent from the sediment pit or collection tank is pumped at relatively high volume, low pressure, to HSR hose reels and/or spray bars which is used to remove heavy solids. All sites have a remote monitoring system which allows remote users to ascertain the status and condition of the reclaim system, oil water separator, air compressor, chemical levels, process tank levels, temperature and PH of process water and container air temperature, and many other program logic controller (PLC) inputs and outputs. The remote monitoring system sends daily status report (analog data received by the PLC, graph and trending reports) via E-mail. The remote monitoring system communicates to its remote users via a GPRS cellular modem. The system also has a user interface for on-site users. Remote users are allowed to change all input parameters, outputs, and reporting functions. The requirements are as follows: PM, Control and Electrical Systems - distribution (conduit/conductors), switches, flow meters, float and level switches, lighting, pressure and temperature transducers, transformers, panel boards, and control and telemetry panels PM, Mechanical Systems - air compressors, air conditioners, heaters, filtering equipment (including changing filtering media), hose reels (including hoses and nozzles). OWS, valves, pumps, and piping PM, Structural Systems - Portable wash pads and sediment removal from wash pad grit chambers or gutters, lift stations, sediment pits, collection tanks, and OWS Inspection (provide status of condition) - Wash pads, reclaim container, sediment pits, collection tanks Service Calls - Respond to routine and emergency service calls Back Flow Preventers - Provide annual certification by state approved contractor • · Remote monitoring - Provide monthly GPRS cellular modem service to allow for communication between each site remote monitoring system and the Preventative Maintenance Contractor's home office. Maintain monthly data log reports. Shall own (or have license) Rockwell Automation Micrologix 500 and SLC 500 software and have available a technician who has been trained to read and program the software. MAGNITUDE OF WORK is $1,000,000 to $5,000,000. This solicitation is a 100% Small Business Set-Aside. Contractor must be registered in the DOD Central contractor Registration (CCR) prior to award of this solicitation. The solicitation and any subsequent amendments will only be available in electronic format, downloadable from the internet. No CD-ROMs or hardcopy documents will be distributed. Bidders must be registered in the CCR and at the Federal Business Opportunity Homepage ( www.fbo.gov ) in order to view or download the solicitation documents. It is the responsibility of bidders to monitor the website for notices and amendments. The solicitation will be posted on or about July 15, 2010 with bids due on or about August 16, 2010. If you have questions or need assistances contact Walter Gordon, Jr at (843) 329-8082 (walter.l.gordon@usace.army.mil)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912H-10-R-0034/listing.html)
 
Place of Performance
Address: 69A Hagood Avenue, Charleston, South Carolina, 29403, United States
Zip Code: 29403
 
Record
SN02190281-W 20100630/100628235303-5a2763e7ed601deb2d6a2d5f793e9908 (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.