Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

46 -- 46-CHEMICAL FREE ELECTROMAGNETIC WATER TREATMENT AND CONNECTIVITY CONTROLLER

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Boston, 427 Commercial Street, Boston, MA, 02209-1027
 
ZIP Code
02209-1027
 
Solicitation Number
HSCG24-05-Q-3RBD1
 
Response Due
9/8/2005
 
Archive Date
9/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
USCG Integrated Support Command Boston intends to procure utilizing Simplified Acquisition Procedures in accordance with FAR Part 13 and policies FAR Part 12 Acquisition of Commercial Items a CHEMICAL FREE ELECTROMAGNETIC WATER TREATMENT AND CONNECTIVITY CONTROLLER for USCG ISC Boston, 427 Commercial St., Boston MA 02109. Scope of Work Chemical-Free Electromagnetic Water Treatment and Connectivity Controller Part 1 1.1 General All work to be performed at U.S. Coast Guard, Integrated Support Command Boston, Building 8, 427 Commercial Street, Boston, MA 02109 1.2 Site Visit All bidders are strongly encouraged to visit the location and become familiar with all existing conditions under which the work is to be performed. Failure to do so will not relieve the successful bidder from furnishing required materials or complete performance of all work required. Visits to the site may be coordinated with CWO Davidson 617-223-3125 or LCDR Clyburn 617-223-3277. 1.3 Hours of Work All work to be performed between the hours of 7:00 am and 4:00 pm, local time, Monday through Friday, excluding Government Holidays. Any work outside the specific hours must be approved by the Contracting Officer (KO), or his/her representative, prior to the commencing work. 1.4 Parking The contractor is authorized one parking space at ISC Boston during the performance of work. Additional parking facilities are not available. Overnight parking is not authorized. 1.5 Toilet Facilities The Government will provide toilet facilities for personal sanitary use only. Equipment shall not be cleaned in the government provided facilities. Misuse or lack of cleanliness will result in termination of toilet privileges at no additional cost to the Government 1.5 Government Furnished Utilities Electricity and water will be provided at no cost by the Government from normal building services. Additional hookups or temporary connections shall be the responsibility of the contractor and shall be removed by the contractor upon completion of work. 1.6 Contracting Officer?s Technical Representative (COTR) The term COTR is an abbreviation for Contracting Officer's Technical Representative. The COTR shall be designated by the Contracting Officer. The contractor shall coordinate all performances for work with the Contracting Officer or the Contracting Officers Technical Representative 1.7 Inspection The contractor shall keep the COTR fully informed of contract operations and plans so that the COTR may arrange to be present at various times when work is being performed. All work will be inspected and accepted by the COTR. 1.8 Warranty Contractor shall warranty/guarantee the quality of materials and workmanship free from defects for a period of at least 1 year. Part 2 Execution 2.1 Contractor shall provide all the labor, materials, equipment and transportation necessary to install an in-line electromagnetic water treatment system with all associated control systems to include a conductivity controller for a 600 ton cooling tower water loop. All work shall be conducted in a safe manner complying with all OSHA safety regulations. All personnel performing work related to this contract shall have necessary Federal, State, or local licenses required to perform the work described in this scope of work. 2.1.1 Removal, installation, and system requirements. The new in-line electromagnetic coil pipe assembly will be installed in an existing 6 foot long, 10 inch diameter flanged pipe existing on the 7th floor of Bldg 8. The existing in-line spool piece is located approximately 10 feet off the floor. Once the spool piece is removed, it shall remain property of the Government and turned over to the COTR. The contractor shall provide any additional piping, flanges or bracing necessary to fit and support the in-line coil pipe assembly in the existing opening. The contractor will not be allowed to modify the existing fixed pipe flanges, the contractor must match existing. During installation of in-line coil assembly, contractor will only be allowed a total of 8 hours to remove the existing piping and install the coil assembly. Once installation work of the coil pipe assembly is completed, the condenser water flow will be re-established. 2.1.2 In-line coil assembly -System must be powered by 120 or 240 volt AC power. -System shall prevent mineral scale formation, control biological activity, and inhibit corrosion. -System shall maintain a ph level between 7.5 and 9.0, conductivity range between 600 and 2000 micro-siemens per centimeter, and total bacteria count less than 10,000 colony-forming units per milliliter. -System shall handle a minimum flow rate of 2800 gallons per minute through a 10 inch pipe and not cause any restriction to water flow within the piping. In addition, the in-line coil assembly piping must either be schedule 80 PVC or stainless steel. 2.1.3 Conductivity Controller/Meter -Conductivity controller/meter shall have the capability to control more than one cooling towers and multiple boiler systems. -Conductivity controller/meter shall have the capability to control multiple digital and analog inputs. -Controller/meter shall be capable of connecting to an existing Energy Management. System (EMS) and provide information on the water condition (i.e. conductivity, ph, and temperature). -Conductivity controller/meter shall be connected to an electric blow down solenoid valve that is controlled by conductivity meter to control automatic blow down based controller parameters. The blow down valve shall discharge and connect to an existing sanitary/sewer drain line. The location of this connection shall be determined by the blow down valve location. Contractor is responsible for all piping and connections to existing sanitary/sewer system. -Controller/meter shall be able to view, record, and store, system information and history. 2.1.4 Water testing and system adjustments -Contractor is required to perform at minimum 8 site visits in the first year after installation to ensure all equipment is operating correctly, system is operating within parameters and any adverse reactions or conditions have not occurred. Contractor will make any necessary adjustments to ensure proper system operation. The contractor will provide a written report after each visit as to the findings and any adjustments made. Part 3 Training and Manuals 3.1 Training -Upon completion of all work, the contractor will provide training for the operation and maintenance of the water treatment system. 3.1.2 -Contractor must provide at least three copies of all Operating and Maintenance Manuals. Solicitation and award are 100% Small Business Set-Aside NAICS: 333319 size: 500. Interested sources may request a copy of the solicitation via email to: Mpace@iscboston.uscg.mil or Bprimm@iscboston.uscg.mil The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitaion ans is most advantegeous to the government --price, past performance, quality, warranty, service, and other factors considered. all offers will be evaluated in accordance with FAR 13.106. The provisions of FAR 52.232-1 Instruction to Offerors-Commercial Items (JAN 2005), FAR 52.212-2 Evaluation (JAn 1999), FAR 52.212-3 offeror Representations and Certifications shall be completed via Business Partner Network website at http://orca.bpn.gov. An offeror shall include in his proposal a statement that the online representations and certifications are current, accurate, and complete as of the date of the proposal, FAR 52.212-4, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive ORders FAR 52.219-8 MAy 2004, FAR 52.222-3 (June 2003), FAR 52.222-19 (June 2004), FAR 52.222-21 (Feb 1999), FAR 52.222-26 (APr 2002), FAR 52.222-35 (Dec 2001), FAR 52.222-37 (Dec 2001), FAR 52.232-33 (Oct 2003) Quotes are due: 8 SEPTEMBER 2005 FAx quotes are acceptable if faxed to 617-223-3145 Attn: J. Mckenzie Email: Jmckenzie@iscboston.uscg.mil or sent to Jane Mckenzie, USCG ISC Boston.427 Commercial St., Boston MA 02109
 
Place of Performance
Address: Boston MA
Zip Code: 02109
Country: USA
 
Record
SN00874446-W 20050821/050819211532 (fbodaily.com)
 
Source
FedBizOpps.gov 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.