Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

46 -- Chlorination System Supplies

Notice Date
5/1/2012
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - GP - MTAO PO Box 30137 Billings MT 59107
 
ZIP Code
59107
 
Solicitation Number
R12PS60204
 
Response Due
5/11/2012
 
Archive Date
5/1/2013
 
Point of Contact
Brian O'Boyle Contract Specialist 4062477351 boboyle@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Bureau of Reclamation - Great Plains (GP) Region - Montana Area Office (MTAO) is issuing a solicitation and subsequently a Firm Fixed Price type contract for chlorination system parts that are intended to be assembled by the Government. Requirements:CLIN 0001 - The Contractor shall provide all necessary materials to assemble the chlorination system as specified in the Statement of Work (SOW) and attached drawings. Specifications: I. CONTACT TANK EQUIPMENT SPECIFICATIONSA. GENERAL 1. Deliverables: (a) The Contractor shall submit for approval, complete shop drawings (three complete sets) for all equipment, components, and appurtenances specified herein with their price quotation. (b) The Contractor shall submit detailed operation and maintenance manuals (three complete sets) for each item of equipment at time of delivery. (c) The Contractor shall furnish three chlorine contact tanks for the sodium hypochlorite chlorination systems in accordance with the attached drawings and as specified herein. 2. System Performance:(a) The contact tank(s) shall be designed and constructed to satisfactorily provide the required contact time of 60 gallons based on a baffling coefficient of 0.5 (total volume of 120 gallons each). B. SPECIFICATIONS 1. Contact Tank:(a) The Contractor shall furnish (three) grey fiberglass with epoxy resin and one piece polyethylene line polyethylene storage tank(s) as shown on the drawings and as specified herein. The fabricator shall be responsible for tank design and material thickness. The tank shall be design to increase contact time and mixing of chemical. (b) The tank shall be designed provided with the following: (1) Liquid = potable water (2) Baffling coefficient = 0.5 (3) Total Volume= 120 gallons (4) Maximum operating Pressure= 75 psi (5) Maximum operating Temperature = 120 degrees F (6) In/Out Head for connection to system piping (7) Outlet Distributor (8) Baffle Diffuser (9) 1" blow down connection (10) Bypass valve (11) Quantity = Three CHLORINATION EQUIPMENT SPECIFICATIONS A. GENERAL 1. Deliverables: (a) The Contractor shall submit for approval complete shop drawings (three complete sets) for all equipment, components, and appurtenances specified herein prior to commencement of work. (b) The Contractor shall submit detailed operation and maintenance manuals (three complete sets) for each item of equipment at the time of delivery. (c) The Contractor shall furnish the supplies needed to assemble a sodium hypochlorite chlorination system as shown on the drawings and as specified herein. The Contractor shall provide all necessary appurtenances to provide a complete and operational system including but not limited to storage tank, pumps, piping, ball check valves, pressure relief valves, back pressure valves, injector, and replacement parts. 2. System Performance: (a) The sodium hypochlorite chlorination system shall be designed and constructed to satisfactorily provide the required chlorine dosage to maintain a free chlorine residual in the potable water of up to 2.0 ppm for a maximum flow of 30 gpm, at a maximum operating pressure of 100 psi. The sodium hypochlorite storage tank shall be minimum 15 gallons. B. PRODUCTS 1. Metering Pumps: (a) The chemical metering pump(s) specified herein shall be positive displacement type diaphragm pump with simplex pumping head, 115 volt, 1 phase, 60 HZ drive motor, panel, dust cover, and pumping head with compression fittings for tubing. (b) Pump(s) shall be provided with integral suction and discharge check valves. (c) Pump(s) shall have a manual-on-off switch, stroke length (capacity displaced on each stroke, 100% to 20% minimum) adjustment knob, and stroke frequency (strokes per minute, minimum 100 SPM with a 100:1 turn down ratio) all on the panel for easy access. Stroke length control shall be manually adjusted. In the "auto" position, the stroke length control shall be manually adjusted and start/stop based on contact closure from a dry contact which also starts the well pump. (d) The pump(s) shall be capable of operating against the maximum pressure specified at the operating range. Pump shall be equipped with integrated calibrating system. Pump shall be equipped with a deaeration type head to vent gas bubbles to the atmosphere or supply tank. Once primed, the metering pump(s) shall operate with a minimum of 5 foot of water suction lift. (e) Metering pump(s) materials shall be such that the pump(s) and accessories are corrosion-resistant to the liquid being pumped and manufacturer shall submit for approval supporting data for selected material. (f) Pump(s) shall be provided with power cord and plug into receptacle. Pump(s) shall be provided with chord for contact closure signal which shall be hard wired to a junction box and plug into face of pump(s). (g) Metering pump(s) and appurtenances shall be furnished by a single supplier to assure uniformity, compatibility and system responsibility. (h) Chemical metering pump(s) shall be as manufactured by ProMinent Gamma/L Series, or equal. (1) Sodium Hypochlorite Pumps i. Maximum discharge pressure = 100 psi ii. Liquid pumped = 12.5 percent sodium hypochlorite iii. pH = 1 to 6 iv. Specific gravity = 1.3 to 1.5 v. Temperature range = 40 to 100 degrees F vi. Quantity = one duty pumps, one shelf ready pump vii. Pumping capacity.01 GPH to.06 GPH per pump (i) The Contractor shall furnish with each pump, appurtenances as specified herein or shown on the drawings, to provide a complete and operable system. Where materials of construction are not specified, the manufacturer shall furnish materials compatible with the intended service condition and shall submit supporting data as required. (1) Furnish ball check valves on the discharge side of each pump. (2) Furnish pressure relief valve on discharge side of each pump to protect pump and piping from excessive pressure. Valve shall be adjustable from 50 psig to 100 psig and shall be set per the manufacturer's recommendations for the actual field conditions. Valve relief shall be piped to suction side of pump or chemical tank and shall be equipped with a priming valve. (3) Furnish backpressure valve on the discharge side of each pump to maintain a constant backpressure to aid in accurate metering of the pump. Valve shall be adjustable from 50 psig to 100 psig and set per the manufacturer's recommendation for the actual operating conditions. (4) Furnish calibration column sized for pump output. Provide isolation valves to allow for isolation of the calibration column. (5) Pressure Gauge and Diaphragm Isolators: provide a pressure gauge and diaphragm type chemical isolation suitable for each chemical service. Range of pressure gauge to be suitable with each chemical service. (6) Skid piping shall be Schedule 80 PVC. Solvent weld cement shall be as recommended by the pipe manufacturer. (7) True-union ball valves shall be provided for isolation of major equipment. Seals shall be compatible with the chemical being pumped. (8) All pumps and components shall be pre-assembled onto the skid-mounted system by the pump manufacturer and shop-tested for capacity and pressure prior to shipment with documented results provided. (j) All pumps and components shall be pre-assembled onto the skid-mounted system by the pump manufacturer and shop-tested for capacity and pressure prior to shipment with documented results provided (1) Each chemical feed system shall be completely assembled, mounted, calibrated, tested, and delivered to the site on a single skid. Components to be mounted on the skid are as indicated on the drawings and shall include the metering pumps, calibration column, piping, valves, piping accessories (pulsation dampeners, strainers, back pressure valves, pressure relief valves, etc.), and wiring integral to the skid. The chemical metering pump manufacturer shall be responsible for providing all equipment, valves and piping within the skid boundary. (2) The skids shall be constructed of fusion welded polypropylene sheets with adequate supports for all equipment and piping and a " drip lip. Forklift truck cut outs shall also be provided, where appropriate. (3) All components of the skid-mounted system (pumps, piping and controls) shall be fully assembled and tested at the factory prior to shipping to the jobsite. 2. Polyethylene Tank: (a) The Contractor shall furnish polyethylene storage tank(s) as shown on the drawings and as specified herein. Fabricator shall be responsible for tank design and material thickness. (b) Liquid chemical storage tank(s) shall be double extra heavy duty wall, UV stabilized high-density cross-linked polyethylene construction. Tank(s) shall be designed for direct sunlight exposure and ambient temperature conditions ranging from 0F to 120F. Storage tank(s) shall be vertical, flat bottom, with a 6-1/2" inch diameter access manway and cover in the tank top made of high-density cross-linked polyethylene. As a minimum, each storage tank shall have a 1/2 inch drain, supply outlet, each with a PVC ball valve, clear and permanent markers for level indication with gauge guards extending length of gauge, and a 1 inch vent. Additional inlet/outlet will be provided as required for system operation. All inlets/outlet shall be sealed connections. Tank(s) shall be manufactured by ProMinent, or approved equal. (c) Tank shall be designed to handle the following material: (1) Sodium Hypochlorite Storage Tank i. Liquid = 12.5 percent sodium hypochlorite ii. Specific gravity = 1.3 to 1.5 iii. Temperature = ambient iv. Minimum capacity = 15 gallons v. Quantity = One 3. Tubing: (a) Furnish low density polyethylene (LDPE), flexible tubing of the appropriate size and of adequate length for the application with a maximum pressure rating of at least 100 psi. (b) Assure that all tubing is NSF approved for potable water applications. (c) All fasteners are to be stainless steel (series 300) and compatible for connection to pump, injectors, and tank connections. 4. Protective Clothing: (a) Furnish for Owners use four sets of protective clothing to provide safe handling of sodium hypochlorite. At a minimum, protective clothing shall consist of: face shield, apron, gloves, and boots. 5. Retractable Injector: (a) Furnish for installation a retractable injector with insertion length as required for the piping as shown on the drawings. Injector shall have 1/2" male inlet, stainless steel limit chain, brass compression gland, brass key corporation stop, 3/4" male connection, and 3/8" solution tube. Retractable injector shall be manufactured by SAF-T-Flo or equal. 6. Equipment Labels: (a) All equipment shall be provided with an attached, permanent valve label. (b) Labels shall be a minimum of 2 inches by 4 inches with lettering etched into the label and conforming to all applicable OSHA requirements. (c) Labeling tags shall be brass, aluminum or 1/8 inch fiberglass, Bradly model 23084, or equivalent. (d) Where colored valve tags are used, provide separate colors for separate control loops and separate vessels. (e) Provide a label and flow arrow at each connection to pumps. 7. Spare Parts: (a) The Contractor shall furnish the following spare parts in original packages for each different type of pump or appurtenance furnished: (1) Set of Seals, O-Rings, and Seats (2) Spare Diaphragm (3) Ball Check Valve(4) Pressure Relief Valve (5) Backpressure Valve (6) Standby pump (one) as specified. (In original package) C. EXECUTION 1. Start-Up and Instruction: (a) The Contractor shall arrange for qualified representatives of the manufacturer to inspect the installation. Manufacturer shall provide a Manufacturer's Certificate of Proper Installation. Manufacturer shall perform start-up of the equipment and demonstrate required performance to the satisfaction of the Owner including but not limited to the following: (1) Operation of metering pumps and injectors in on and off sequence via the automatic controls in the control system. (2) Injectors operate without any leakage or backflow. (b) The Contractor shall arrange for not less than one 8 hour day to perform Certificate of Proper Installation including 2 hours of adequate instruction of operators selected by the Owner at a time acceptable to the Owner and the manufacturers. Instruction shall be for operation, calibration, routine maintenance, and repair. Delivery:F.O.B Destination The associated North American Industrial Classification System (NAICS) code for this procurement is 221310 with a small business size standard of $7 Million. This requirement is a 100% small business set-aside and only qualified quoters may submit quotes. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The solicitation and any subsequent amendments will be posted to www.FedBizOpps.com. Prospective quoters are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the quoter to access the posted documents. No telephone or fax requests will be accepted, and no hard-copy solicitation/amendment will be mailed or faxed. The solicitation shall be posted on or about 01 May 2012 with a response date of on or about 11 May 2012. The buyer will NOT provide a hard copy of the Solicitation package. Quoter must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the quoter is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Point of Contact: Brian O'Boyle, Contract Specialist, Bureau of Reclamation - GP Region, Phone (406) 247-7351, Email boboyle@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b171789ca265d7e86922eaede5539f2)
 
Record
SN02735757-W 20120503/120501235727-0b171789ca265d7e86922eaede5539f2 (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.