Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOLICITATION NOTICE

H -- H--Establish new contract for Effluent Decontamination System and fund base year f

Notice Date
6/4/2024 12:31:40 PM
 
Notice Type
Presolicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
 
ZIP Code
45268
 
Solicitation Number
68HERC24Q0132
 
Response Due
6/24/2024 1:30:00 PM
 
Archive Date
07/09/2024
 
Point of Contact
Ingram, Mark, Phone: (513) 569-7193
 
E-Mail Address
Ingram.Mark@epa.gov
(Ingram.Mark@epa.gov)
 
Description
Synopsis: Preventative Maintenance Contract for the AWBERC WR2 Effluent Decontamination System The U.S. EPA, Office of Research and Development (ORD), Safety, Health, and Environment Management Program (SHEM) located in Cincinnati, OH has a requirement for a multi-year comprehensive service program for the performance of preventative maintenance and unscheduled repair of the WR2 Effluent Decontamination System (wastewater sterilizer, serial number 031006) located in the subbasement of the Andrew W. Breidenbach Environmental Research Center. The EPA intends to negotiate on a sole source basis, under the authority of FAR 13.106-1(b)(i) with Biosafe Engineering for the maintenance of this system. NAICS Code 562211, Hazardous Waste Treatment and Disposal, applies to this procurement and the size standard is $47.0M. This procurement consists of maintaining the WR2 Effluent Decontamination System according to factory specifications and to ensure that the instrument meets or exceeds the State of Ohio biohazardous waste regulations. This includes all labor and travel costs. The EPA requires two (2) preventive maintenance inspections during a twelve-month period. The contractor shall provide a warranty on all parts installed at the end of this contract. Such warranty on parts shall be effective for a minimum of ninety (90) days following installation of such parts on covered equipment. Specifics of the coverage on this agreement include but are not limited to the following: a) Certification that all thermocouples are each accurately calibrated against a NIST traceable standard. b) The pressure sensor is to be checked and tested for accuracy. c) The HEPA filter on the unit is to be replaced during one of the two preventative maintenance inspections. d) During the first preventive maintenance inspection and after decontamination, the unit is to be opened and checked for corrosion, scale formation and/or wear. As a preventative measure, descaling of the interior, heating coil, and cooling coil is to occur and will involve the following: i) The Contractor shall supply dry citric acid flake (150 kg or more) along with the proper drums, supply pumps, and hoses needed for injection. ii) Using the dry citric acid crystals, a 5-10% aqueous citric acid will be prepared and injected into the empty vessel. iii) After injection of the citric acid solution, the WR2 Effluent Decontamination System will be either heated or run through a complete cycle. iv) After the cycle is completed and the instrument has cooled, the manway door will be opened, and the efficacy of the descaling procedure will be evaluated. If the Project Officer determines on inspection that excessive residual scale remains on the heating and cooling coils, then this descaling procedure will be repeated during the second preventive maintenance inspection. v) After the descaling treatment, the drums, pump, delivery hose, and other equipment will be disconnected and returned to the Contractor and will not be stored at the AWBERC U.S. EPA site. vi) The acid injection port will be isolated, so the unit will run normally. e) The Man-way gasket is to be replaced and checked for leakage after installation. f) Lubricate and check the torque on the Man-way bolts. g) The control panel is to be inspected for proper operation. h) The PLC/controllers are to be inspected for proper operation and overhauled or replaced if necessary. i) The remote diagnostic capability using the remote interface installed in 2019 shall be tested/verified. j) All solenoid valves are to be checked for proper operation. k) All ball valves and actuators are to be inspected and rebuilt if necessary. l) The unit is to be checked for leaks. m) The dry well used for spore testing is to be examined and the lid gasket checked for integrity. The gasket is to be replaced if it shows signs of wear. This procurement will be accomplished under FAR Part 12 Commercial Procedures and FAR Part 13 Simplified Acquisition Procedures. It is the Government intent to award a single, firm-fixed price purchase order. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETATIVE QUOTATIONS. This notice satisfies the requirement at FAR 5.201(b)(1) for publicizing the proposed contract action. Sources wishing to be considered MUST submit documentation to the office identified in this notice. Supporting evidence must be furnished in enough detail to demonstrate compliance. Information MUST be sent electronically via email to: Bryan Sweeney, Contract Specialist, sweeney.bryan@epa.gov. Telephone requests will not be honored. Responses must be received by 12:00pm Eastern Time on June 17, 2024. A determination not to compete this acquisition based on responses to this notice are solely within the discretion of the Government. Contracting Office Address: CAD US Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: W136 Cincinnati OH, 45268-0001 USA Place of Performance: US Environmental Protection Agency National Risk Management Research Lab 26 W Martin Luther King Dr Cincinnati OH, 45258 USA Point of Contact(s): Contract Specialist Bryan Sweeney sweeney.bryan@epa.gov Contracting Officer Mark Ingram Ingram.mark@epa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6a27af02012479590e57020e37d2f1f/view)
 
Record
SN07085196-F 20240606/240604230114 (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.