DOCUMENT
S -- Granulated Activated Carbon (GAC) Maintenance at the water treatment plant facility, Naval Air Station Lemoore, California. - Attachment
- Notice Date
- 12/14/2016
- Notice Type
- Attachment
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- N62473 NAVFAC SOUTHWEST, UTILITY ENERGY CONTRACTS TEAM Attn Code 5GPW2 1220 Pacific Highway San Diego, CA
- Solicitation Number
- N62473LEMOORE
- Response Due
- 1/16/2017
- Archive Date
- 1/31/2017
- Point of Contact
- Sean Barbosa 619-532-3577 Rich Spagnuolo 619-532-3977
- E-Mail Address
-
Contract Specialist
(sean.barbosa@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified sources prior to issuing an RFP. The Government is seeking qualified sources relative to NAICS classification 221310, Water Supply and Irrigation Systems. The applicable small business size standard is $27.5 Million, average annual gross receipts for the preceding three fiscal years. For more information refer to http://www.sba.gov/. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities and NECO. Responses to this sources sought are not an adequate response to a solicitation announcement. As there is no proposal package or solicitation at this time, no telephone calls will be accepted requesting a proposal package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given. The general scope of this requirement may be a Firm-Fixed Price (FFP) service contract to provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for Drinking Water Treatment Plant (WTP) Filter Maintenance at NAS Lemoore. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. The Contractor shall perform maintenance for the sustainment of GAC media for the following facility assets: Facility Number: 722TP, POTABLE WTR TREATMENT PLANT Maximo Location: LEMOOR-734 -Lemoore NAS-Potable Water Treatment Plant 734 Filter Beds Maximo Assets: Asset #: UMA226000207, Filter, FB-01, Multimedia Asset # UMA226000208, Filter, FB-02, Multimedia Asset #: UMA226000209, Filter, FB-03, Multimedia Asset #: UMA226000210, Filter, FB-04, Multimedia Each of the four filter beds in the in the reinforced-concrete filter structure is nine (9) feet in width, thirty-six (36) feet in length, and fourteen (14) feet in depth. The beds vertically include 10 of clay tile underdrain filter blocks, overlain with 12 of gravel support media, 12 of sand filter media, and 30 inches of granular activated carbon (GAC) filter media. Above the media, each filter has four S type rotary surface wash spray arms, filter wash piping, and five filter feed/wash water troughs. To sustain the GAC (Currently FILTRASORB 300-M GAC), the contractor will replace 90% of the spent GAC in a filer with a blend of reactivated and virgin GAC, FILTRASORB 300-M or equal(Federal Acquisition Regulation 11.104 -Use of Brand Name or Equal Purchase Descriptions). The contractor will remove approximate 90% (27 of the 30 ) of spent GAC from a filter, leaving approximately 10% or roughly 3 in the filter to avoid removing the filter s sand media in the transition from GAC to sand in the multimedia bed. This should correspond to a level approximately 29 below the center of the filter s surface wash spray arms. The contractor will then refill to filter bed with NSF 61 certified blend of custom segregated reactivated GAC (removed prior from NAS Lemoore s WTP) and virgin (makeup) GAC. The bed shall be filled with approximately 27 of GAC to a level that is two inches below the center bottom of the filter s surface wash spray arms. The contractor will transport the spend GAC removed from the filter to the contractor s NSF 61 certified custom segregated reactivation facility for AWWA B605 custom segregated reactivation and hold the reactivated GAC in segregated storage for a future GAC exchange. The bed volume of GAC to be exchanged per filter is approximately 27 of GAC in a 9 x 36 bed, or 730 cubic feet. The government anticipates that each exchange will included an exchange of GAC for two of the four filters and the each filter will be exchanged two times per year. The government will remove a filter from service for up to 24 hours for the contractor s work in making the exchange. After each exchange, the government expects that the filter will remain out of service for another24-hours before the initial backwash to assure the GAC is fully wetted. The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operations within the FI function. The Contractor shall be responsible for maintaining all facilities, systems, and equipment, identified in this technical sub-annex, to a standard that prevents deterioration beyond that which results from normal wear and tear and corrects deficiencies in a timely manner to assure full life expectancy of the facilities, systems, and equipment. Best commercial practices shall be applied in the performance of work. All work shall be completed per approved and accepted industry and equipment manufacturers standards and shall comply with building and safety codes, applicable activity, local, state, and federal regulations, and other technical requirements identified within this technical sub-annex. Workmanship for maintenance and repair shall include all work necessary to complete facility and system restoration. Upon completion of work, the Contractor shall ensure all facilities, systems, and equipment are free of missing components or defects which would affect the safety, appearance, or habitability of the facilities and structures or would prevent any electrical, mechanical, plumbing or structural system from functioning in accordance with design intent. Repairs shall be made in accordance with the manufacturers specifications and guidelines, and standard building codes. The quality of repairs shall meet the applicable standards and shall prevent any malfunction reoccurrences caused by poor workmanship or other contractor inadequacies. The quality of the repaired areas shall be fully compatible with adjacent surfaces or equipment. Except where otherwise specified, replacements shall match existing in dimensions, finish, color, design, and functionality and shall have an appearance similar to the original finished appearance with only minor unobjectionable deterioration resulting from normal use. The Contractor shall not allow debris to spread unnecessarily into adjacent areas nor accumulate in the work area. All such debris, excess material, and parts shall be cleaned up and removed at the completion of the job and at the end of each day work is in progress. Upon completion of work, any stains and other unsightly marks shall be removed. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. Total pages limited to 10 single sided 8 x 11 pages for the Sources Sought Information form (Page 3 of 5); and 2 single sided 8 x 11 pages for a cover letter (Page 2 of 5). Using the forms provided, the following information is requested: 1) Name of the Firm, DUNS number, address and point of contact information. 2) Identify the size of your company (i.e. SBA certified 8(a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, Small Business concern, and/or a large business.) For more information on the definition or requirements for these, refer to http://www.sba.gov/. 3)Identify that you are willing to work at the specified location. 4) Submit a maximum of 5 projects describing the following experience: Describe the government or commercial contracts/projects your firm has completed in the last five (5) years showing your experience in Granulated Activated Carbon (GAC) Maintenance similar in size, scope, and complexity as indicated in this announcement. Submitted projects must be complete by the sources sought submission date. For each of the contracts/project submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; if design-build; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. Please respond to this sources sought announcement by 2:00 p.m. Monday, January 16, 2017 to Naval Facilities Engineering Command Southwest, UEM, Attn: Sean Barbosa, Code RAQ11.SB, 1220 Pacific Coast Highway, Building 127, 2rd floor, San Diego, CA 92132. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC-SW will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. All NAVFAC Southwest solicitations are posted on www.neco.navy.mil beginning with N62473.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A1A/N62473LEMOORE/listing.html)
- Document(s)
- Attachment
- File Name: N62473LEMOORE_GAC_Sources_Sought_Info_Form.doc (https://www.neco.navy.mil/synopsis_file/N62473LEMOORE_GAC_Sources_Sought_Info_Form.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N62473LEMOORE_GAC_Sources_Sought_Info_Form.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N62473LEMOORE_GAC_Sources_Sought_Info_Form.doc (https://www.neco.navy.mil/synopsis_file/N62473LEMOORE_GAC_Sources_Sought_Info_Form.doc)
- Place of Performance
- Address: NAS Lemoore, Lemoore, CA
- Zip Code: 93245
- Zip Code: 93245
- Record
- SN04351983-W 20161216/161214234808-a093ca83d9a2bea668b54d6739286de3 (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 |