SOURCES SOUGHT
66 -- Sources sought for ultraviolet disinfection system. The ultraviolet disinfection system will be connected to an existing package treatment plant for sewage treatment purposes.
- Notice Date
- 5/13/2011
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-SOURCESSOUGHT-HERRERA-05132011
- Response Due
- 5/27/2011
- Archive Date
- 7/26/2011
- Point of Contact
- Jason G. Herrera, 206-764-6662
- E-Mail Address
-
USACE District, Seattle
(jason.g.herrera@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information (RFI) / SOURCES SOUGHT SYNOPSIS. This request is not a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. The purpose of this request for information is in support of market research being conducted by the Army Corps of Engineers to identify potential sources and gather information on current capabilities within the market. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. All costs associated with responding to this RFI will be solely at the responding party's expense. The level of security clearance and amount of foreign participation in this requirement has not been determined. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess you capabilities. The Army Corps of Engineers at Libby Dam is considering a purchase of an open channel gravity flow ultraviolet disinfection system. The ultraviolet disinfection system will be connected to an existing package treatment plant for sewage treatment purposes at Libby Dam. The specified system shall be capable of treating 14,000 gallons per day guaranteeing that the effluent does not exceed 126 e-coli/100ml (based on a 30 day geometric mean of daily samples). The specified system shall be 100% redundant meaning that two banks of UV lights in series shall be supplied each meeting the minimum requirements for sewage treatment. The maximum dimensions of the system shall not exceed 14' x 2' x 3' (Length x Width x Height). All interested manufacturers shall submit documentation verifying conformance to the following requirements: 1. To be considered, the manufacturer will be regularly engaged in the manufacture of UV systems with a proven track record of at least one hundred (100) installations in North America. 2. The manufacturer will provide documentation of previous experience with municipal UV disinfection systems in wastewater applications with electronic ballasts. 3. Pre-qualification submittals from manufacturers will include a complete and detailed proposal of equipment offered, including the number of lamps proposed and a detailed description of any exceptions taken to the specification. 4. To be considered, the manufacturer will submit a bioassay evaluation for the proposed reactor. This bioassay will have been validated by an independent third party and have followed protocols described in the US EPA Design Manual - Municipal Wastewater Disinfection (EPA/625/1-86/021), without exception. The manufacturer's bioassay report must demonstrate that the proposed UV system design and number of lamps will deliver the specified dose. 5. Independent certification of lamp aging factor must be submitted. 6. Documentation of UV manufacturer's service capabilities including location and experience. 7. Sample disinfection performance guarantee including scope and duration of guarantee. The total quantity is 1 fully redundant unit Surplus or used material is not acceptable for this item. Offerors responding to this sources sought market research notice must: (1) advise if your product is a commercial item and how long you can hold pricing if quotes are requested (2) advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award (3) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures and warranty. Describe any awards you have been involved in that are the same as or similar to what is described in this RFI. Include any other pertinent information which would enable the government to assess your firm's capabilities (4) advise if you accept the Government purchase card (5) Provide Point of Contact including: company/ institute name, address, phone number and email address (6) provide assigned Commercial and Government Entity (CAGE) Code (7) State if your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership) (8) Advise how much time you would need to submit a technical proposal if a solicitation is issued (11) provide an estimated price for one each
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-SOURCESSOUGHT-HERRERA-05132011/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02447235-W 20110515/110513234210-80c94c93e0131d299c6e3b15bbb0515a (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 |