Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOURCES SOUGHT

Z -- Marine Corps Reserve Centers Vehicle Wash System Inspection, Maintenance, Repair, Monitoring, and Upgrade

Notice Date
2/11/2020 6:26:45 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT CHARLESTO CHARLESTON SC 29403 USA
 
ZIP Code
29403
 
Solicitation Number
W912HP20S3001
 
Response Due
2/27/2020 11:00:00 AM
 
Archive Date
03/13/2020
 
Point of Contact
Shirley A. Lawson, Phone: 8433298164, Lisa S. Simmons, Phone: 8433298086
 
E-Mail Address
shirley.a.lawson@usace.army.mil, lisa.s.simmons@usace.army.mil
(shirley.a.lawson@usace.army.mil, lisa.s.simmons@usace.army.mil)
 
Description
U.S. ARMY CORPS OF ENGINEERS, CHARLESTON DISTRICT Market Research W912HP20S3001 Marine Corps Reserve Centers Vehicle Wash System Inspection, Maintenance, Repair, Monitoring, and Upgrade The U.S. Army Corps of Engineers, Charleston District, has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA), Certified 8(a), HUBZone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237110. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. Project Information: The intent of this project is to do the following: 1. Provide planned maintenance (PM), inspection, repair, and remote monitoring of approximately forty three (43) reclaim (no discharge) and six (6) pass-through (discharge to sanitary sewer) vehicle wash systems at Marine Corps Reserve Centers located throughout the continental United States.� 2. Upgrade delinquent 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 catch basin/trench drain connected to an in-ground sediment pit or sand-oil interceptor or a portable steel wash rack with a side gutter to collect wash effluent.� Effluent from the sediment pit, sand-oil interceptor, or gutter is pumped to the reclaim system housed in the equipment 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 by the electric powered diesel or gas heated 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 sand-oil interceptor is pumped at relatively high volume, low pressure, to HSR hose reels and/or spray bars which is used to remove heavy solids. Each pass through vehicle wash system includes an in-ground concrete wash pad with a catch basin/trench drain connected to either an in-ground sediment pit or sand-oil interceptor.� A sump pump in the sediment pit/sand-oil interceptor pumps the wash effluent to an OWS housed in the equipment container.� A pump in the OWS pumps the wash effluent to the nearest sanitary sewer manhole.� Two electric powered natural gas (if available otherwise diesel fuel is used) heated pressure washers are housed within the equipment container.� Potable water is used to power the pressure washers.� At several sites, a HSR system is installed to remove heavy solids before final wash by the pressure washers.� Effluent from the sediment pit or sand-oil interceptor is pumped at relatively high volume, low pressure, to HSR hose reels 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 (per site): PM, Control and Electrical Systems � distribution (conduit/conductors), switches, flow meters, float and level switches, lighting (equipment container and wash pad canopy), pressure and temperature transducers, transformers, panel boards, and control and telemetry panels PM, Mechanical System � air compressor, air conditioner, unit heater (gas or electric), filtering equipment (including changing filtering media), hose reels (including hoses and nozzles). OWS, valves, pumps, and piping Waste Removal � Sediment removal from wash pad catch basin/trench drain, portable wash pad gutters, lift stations, sediment pit, and sand-oil interceptor.� Waste minimization practices shall be used to reduce the waste containerized and hauled off site to solids water content of less than 15% and water content in oils less than 5%.� Contractor will not be permitted to pump out entire volumes of these vessels and have them hauled off site. Inspection (provide status of condition) � Wash pad, reclaim container, sediment pit, and sand-oil interceptor. Back Flow Preventer � Annual certification by state approved contractor Software - The programmable logic controllers (PLC) at all sites uses Rockwell Automation Micrologix 500 software.� Must have technician who has been trained to read and program this software. 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.� Service Calls - Respond to routine and emergency service calls Repair � Provide repair services for work not covered by service calls (ex. replace equipment container) Upgrade � Convert vehicle wash systems to no discharge vehicle wash systems.� Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 50% of the contract either itself, or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Charleston District, Contracting Office, Attention: Shirley Lawson 69A Hagood Avenue, Charleston, SC 29403, Phone (843) 329-8164. The e-mail address is Shirley.a.lawson@usace.army.mil. Response must be received no later than 2:00 P.M. Eastern Standard Time, on 27 Feb 2020. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, or Service-Disabled Veteran Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount). Bonds are not required for this project since it will be a service contract. A financial certification will be requested if and when solicitation is posted. 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, or other Small Business. 6. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence installing water and sewer line and related structures work. Provide documentation for your firm on past or similar efforts as a prime contractor. 7. Submission Requirements: Firms submitting responses shall provide information on the most recent up to three projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort, and other references. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HUBZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/94b17363503e424cbd3f625ccd6001f3/view)
 
Place of Performance
Address: Charleston, SC 29403, USA
Zip Code: 29403
Country: USA
 
Record
SN05559632-F 20200213/200211230205 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.