Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2011 FBO #3353
SOLICITATION NOTICE

46 -- Water Purification Device - Diagram

Notice Date
1/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8606-11-R-6362
 
Archive Date
3/15/2011
 
Point of Contact
John M. Hofmann, Phone: 9379048534, ADAM P. WEBER, Phone: 9379048536
 
E-Mail Address
john.hofmann@wpafb.af.mil, adam.weber@wpafb.af.mil
(john.hofmann@wpafb.af.mil, adam.weber@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1, Notional Waterflow Diagram (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) FA8606-11-R-6362 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 and through Department of Defense Acquisition Regulation Change Notice 20100802. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 333319; Small Business Size Standard: 500 (v) CLIN (0001) 2 (ea) Commercial Off-the-Shelf (COTS) Water Filtration systems that will be used for water purification in field operations. The water purification devices shall be capable of producing the required EPA quality water quantities as specified. The device's filtration process shall consist of one combination carbon/sediment pre-filter meeting NSFI/ANSI Standard 42; one seawater Reverse Osmosis (RO) filter; and one carbon block post filter meeting NSFI/ANSI Standard 53. The system shall also have provisions to re-circulate a portion of both RO brine and product water to the feed of the RO system to both reduce waste and improve RO performance. The reverse osmosis portion of the water purification device shall utilize RO membranes rated for seawater operation. The RO system shall be sized to provide a net product flow of 103 gallons per day minimum. Product flow in excess of this amount shall be recycled back to the feed. The RO system tests will adhere to NSFI/ANSI Standard 58 operation and sampling protocols. The pre and post RO carbon block filters shall be placed into the system as described in the attached diagram. The filters must be NSFI certified as follows: • Pre Carbon Filter: Certified to NSFI/ANSI Standard 42 - Drinking Water Treatment Units - Aesthetic Effects for chlorine reduction and class II (or better) particulate reduction. • Post Carbon Filter: Certified to NSFI/ANSI Standard 53- Drinking Water Treatment Units - Health Effects for reduction of asbestos, cyst, lead, mercury, methyl tert-butyl ether (MTBE), and volatile organic compounds (VOC). The device shall possess a capability to re-circulate a portion of both the RO brine and permeate water to the feed of the RO system to both reduce waste and improve RO performance. The recirculation capability must be flexible and adaptable to interface and merge with the feed water source. STANAG 2136 source water pressure to the WPD must range between 5 psig to approximately 28 psig. The EPA water product output shall be employed to feed a SWFI generation system at a minimum flow of 103 gpd. The purification device shall produce water that complies with EPA equivalent standards derived or compliant with US EPA National Primary & Secondary Drinking Water Regulations (40 CFR 141). Potable raw water sources intended for processing by the water purification device could be supplied at temperatures ranging between 33°F and 104°F. However, it is anticipated that source water will be chilled to temperatures well below the upper limit prior to supplying the WPD. The device shall be able to purify potable water to obtain a suitable separation ratio of reducing challenge water chemical and metal concentrations to not exceed the Maximum Contamination Levels (MCL's) for virus and micro-organism contaminants allowed by EPA standards. Produce EPA quality water at a flow rate of at least 270 ml/min. It is also desirable that the unit be capable of monitoring and displaying cumulative flow rates to facilitate filter replacement intervals. Produce no more than twenty five percent (25%) waste effluent, i.e. water that cannot be returned to a potable source or used for other domestic needs. The system must be capable of re-circulating a percentage of both the RO brine and permeate) to minimize waste while improving performance. The device shall be a one-piece, stand alone man portable device with handles. It must weigh less than one hundred (100) pounds; inclusive of added filter capability and shipping container. The device shall be less than (12) cubic-feet in its shipping configuration to address the expected compactness of a man portable system. The devices shall use less than 0.5 kW of 120 Volts Alternating Current (VAC), from a Single Phase, 50/60 Hertz (Hz), 20 Amp service. During shipping and storage the device could be subjected to temperature ranges from minus 20°F and up to 160°F. The device is expected to operate within normal performance specifications and tolerances when placed into operation. However, it is expected that a new element will be used at start up each time the system has shipped or been stored. Vendors shall provide information on recommended procedures required to drain internal residual water from a device that has been in operation and is being re-packed for shipping. Device shall have an operational availability (OA) of ninety-seven (97%) as a minimum when operated continuously for 10 hours per day over a thirty (30) normal working day period. Device shall have a Mean Time to Repair (MTTR) time of no more than two (2) hours to include the periodic replacement of consumable items such as filters. Device shall not pose any hazardous threats to the environment from the disposal of any its components and material. Device shall not pose any safety hazards in the event of a single fault or catastrophic failure condition and shall comply with electrical safety requirements of IEC 60601-1 and applicable Underwriter Laboratory (UL) 60601 electrical safety standards for medical equipment. Device shall emit no more than 65 dBA of noise when measured at one meter radius from the device. The device shall be operable by any military skill level 5 personnel. Device shall be maintained and repaired by one equipment repair biomedical technician, skill level 5 to perform system checks by means of vender provided operation and maintenance manuals. The manual(s) shall provide detailed descriptions on WPD operating and maintenance requirements. The service manuals should include but not be limited to the theory of operation, troubleshooting, illustrated parts breakdown (IPB); all schematics (electrical, hydraulic, pneumatic, etc) All parts should be provided to the Unites States Air Force without the need to attend any OEM training. (vi) FOB-Destination for delivery to: ASC/WNUP, ATTN: Ms Natalie Nelson, 1981 Monahan Way, Bldg 12, WPAFB, OH, 45433. Delivery NLT 90 DARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea. (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiii) Quotes must be emailed to John Hofmann at john.hofmann@wpafb.af.mil (937-904-8534). Quotes are required to be received no later than 16:30 Local time, 28 Feb 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8606-11-R-6362/listing.html)
 
Place of Performance
Address: ASC/WNUP, 1981 Monahan Way, Bldg 12, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02368441-W 20110129/110127234630-725078aa08f4eb6c560ef772b705c6aa (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.