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

68 -- polyaluminum chloride (polyaluminum hydroxychlorsulfate -pacl-as needed for FY2006 for Corps of Engrs, Wash Aqueduct Div, Wash., DC.Prior to bid submission, a bench test, consisting of a jar test and filtration, must be performed.

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
325188 — All Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-05-T-0114
 
Response Due
9/14/2005
 
Archive Date
11/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATIONS POLYALUMINUM CHLORIDE  POLYALUMINUM HYDROXYCHLOROSULFATE 1. Requirement  It is required that an agreement be established to furnish, in accordance with these specifications, all of the Dalecarlia and McMillan Water Treatment Plants (WTPs) requirements for Polyaluminum Chloride during the period of October 1, 20 05 to September 30, 2006. The Polyaluminum Chloride provided must be a Polyaluminum Hydroxychlorosulfate herein referred to as PACl in this specification. 2. General  The purpose of this specification is to provide the minimum requirements for bulk PACl including physical, chemical, shipping, and testing requirements. 3. Physical Requirements  (a) The PACl supplied appears clear to slightly hazy with water white to tan color. (b) The PACl supplied must be in liquid emulation form, easily applied by metering pumps and water miscible. (c) It must be free from visible foreign matter and sediment and suitable for use with potable water. (d) The specific gravity of the PACl shall be in the range of 1.1 to 1.4 at 60?F. The specific gravity shall vary with the PACl content and the salt by-product content. (e) The PACl must be freeze/thaw stable, requiring nothing more than agitation to place thawed material back into useable form. 4. Quality  (a) The PACl provided shall contain no substances in quantities capable of producing deleterious or injurious effects on the health of those consuming water that has been properly treated with liquid PACl product. (b) The PACl shall be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals  Health Effects. (c) The product shall be approved and in accordance with AWWA B408-03 specification. (d) Failure to comply with this requirement may at the discretion of the Washington Aqueduct be considered grounds for cancellation of the contract for the remainder of the contract period. (e) The PACl supplied shall conform to the following: (1) 6.3 to 6.9% Polyaluminum Chloride by weight expressed as Aluminum. (2) 12.0 to 13.0% Polyaluminum Chloride by weight expressed as Aluminum Oxide (Al2O3). (3) Minimum 1.8% Sulfate content. (4) Basicity shall be a 70% minimum. (5) Minimum 9.0% Chloride content. (6) Turbidity of less than 50 NTU. (7) 2.0 to 2.6 pH. (f) Prior to bid submission, a bench test, consisting of a jar test and filtration, must be performed on the PACl. (g) Bench tests will be conducted at the Dalecarlia WTP under the Washington Aqueducts supervision at the bidders expense. Contact Mr. Woody Peterson at 202-764-0009 to schedule a time and date to perform the bench test. (h) Jar tests will be performed to demonstrate product performance against liquid Alum currently used. 5. Affidavit of Compliance  (a) The Contractor shall submit an affidavit of compliance with these specifications for each delivery of liquid PACl stating the quality of liquid PACl meets these specifications and AWWA B408-03. (b) The affidavit of compliance verifies that the PACl meets the quality parameters as specified and detailed in Section 3 and 4 above. (c) The affidavit of compliance shall also contain: (1) Density (2) Specific weight of solution (3) Date of shipment (d) The person(s) authorized to certify the affidavit of compliance must have experience with the product. (e) The affidavit of compliance shall accompany each delivery. 6. Certified Laboratory Report  (a) A certified laboratory report shall be submitted to the Washington Aqueduct: Washington Aqueduct Dalecarlia Water Treatment Plant 5900 MacArthur Blvd., N.W. Washington, D.C. 20016-2514 Attention: Woody Peterson (b) The report must be received by the Washington Aqueduct within 7 calendar days of the initial delivery and shall verify the PACl meets the requirements of specifica tion Section 3, and 4. (c) The laboratory report shall adhere to the test procedures outlined in AWWA B408-03 Section 5.0. (c) The person(s) authorized to certify the laboratory report must have experience with laboratory work. 7. Quantity  (a) The liquid PACl delivery requirements are as stated in Item 8 below. (b) The established requirements are given as a minimum and maximum amount to be delivered. (c) It is the intent of this agreement to require the Contractor to furnish all the Washington Aqueducts liquid PACl requirements. (d) Any difference between the actual quantity delivered compared to the estimated quantity shall not entitle the Contractor to an adjustment in the unit price or to any other compensation. (e) Estimated quantities are based on tons and or tote bins for McMillan WTP and tote bins only for Dalecarlia WTP. 8. Delivery  (a) The Contractor shall make PACl deliveries upon request, in single unit cargo trailers 2500-4501 gallon (13 to 24 tons as wet weight) or 275-gallon tote bins. (b) The deliveries shall be to following Government facilities: Washington Aqueduct Dalecarlia Water Treatment Plant Plant Operations Branch 5900 MacArthur Blvd., N.W. Washington, D.C. 20016-2514 and the: McMillan Water Treatment Plant 2500 First Street, N.W. Washington, D.C. 20001 (c) The Contractor shall supply the Dalecarlia WTP with a minimum of 0 tote bins of PACl and a maximum of 10 tote bins. (d) The Contractor shall supply the McMillan WTP with a minimum of 20,000 gallons of bulk PACl and a maximum of 60,000 gallons. The Contractor shall also supply McMillan WTP with a minimum of 0 tote bins of PACl and a maximum of 15 tote bins. (e) The PACl minimum tote shipment quantity shall be 2 tote bins at a time. (f) The transfer of chemicals from the cargo trailer shall be considered the responsibility of the Contractor and the cargo trailer operator. (g) The cargo trailer shall be equipped with an appropriate air compressor and pumping system to effectively transfer bulk PACl to the storage tanks. The cargo trailer chemical transfer system shall be considered the only transfer system. (h) Failure of the Contractor to provide an adequate operational chemical transfer system shall be considered justification for rejection of deliveries. (i) The Contractor shall make the deliveries within 4 calendar days after notification except for emergency deliveries, which might include holidays and night hours. Emergency deliveries may be required within 8 hours after notification at no additional c ost to the Washington Aqueduct. (j) The Contractor shall immediately notify the Dalecarlia WTP 202-764-2700 or McMillan WTP 202-762-0166 of any delay to a scheduled delivery. The Contractor shall arrange for an alternate delivery time. (k) All deliveries shall be made between the hours of 7:00 a.m. and 2:00 p.m. Monday thru Friday excluding holidays. The Contracting Officers Representative must approve any exception to this requirement. (l) The Contractor shall be reimbursed for demurrage charges incurred as a result of delays caused by the Washington Aqueduct whenever unloading has not started within 2 hours after arrival. (m)Directions to the Dalecarlia WTP; From 495 take the River Road towards D.C. Take a right on to Goldsboro (614) Take a left on to Massachusetts Avenue At the Westmoreland Circle take the 2nd right on to Dalecarlia Parkway Merge right on to Loughboro Road Take a right on to MacArthur Blvd. Take a left at the Dalecarlia WTP gate (n)Directions to the McMillan WTP; From 495 take the Georgia Ave. exit (South) towards D.C. Take a left on the Harvard St. Make a left on to 5th St. then keep to the right around the reservoir Take a right on to 1st St. Take a right at the McMillan WTP gate 9. Condition of Cargo Trailers  (a) All cargo trailers and appurtenant valves used for the delivery of the PACl, under this agreement, shall be in good mechanical order and shall be in full compliance with the applicable requirements of the Hazardous Materials Regulations of the Department of Transportation, Code of Federal Regulations, as currently issued. (b) Any cargo trailer found leaking chemicals should not be allowed to depart any facility until the Contractor or his designated representative makes appropriate repairs. (c) Any cargo trailer found to be leaking chemicals should be considered an emergency situation requiring immediate attention by the Contractor. 10. Safety Requirement  The cargo trailer operator shall wear the appropriate protective face and body apparel, as required by the Occupational Safety and Health Act, when unloading the PACl. 11. Spillage  (a) All discharge connections and hose ends shall be plugged, capped, blind-flanged, or contained to prevent any PACl spillage. (b) The Contractor and the cargo trailer operator shall be responsible for all spillage clean-up, contaminated matter, and the removal of all contaminated cleanup material. (c) The Contractor shall immediately notify Dalecarlia WTP 202-764-2700 or McMillan WTP 202-762-0166 of any spillage. 12.Rejection of Deliveries  (a) The Washington Aqueduct reserves the right to reject any delivery which does not conform to these specifications or which has been contaminated. (b) Upon arrival at a facility, the cargo trailer operator shall present to on-site personnel the following items: (1) Contractors shipping invoice (2) Affidavit of compliance (see Section 5) (3) Certified weight ticket for all bulk deliveries (c) The Washington Aqueduct may at any time test the PACl for specific gravity and visually inspect it for proper color and other evidence of contamination. 13. Information of Contractor  The Contractor shall forward to the Washington Aqueduct, upon award of contract, the following information: (a) Sales Office Information including: (1) Address (2) Telephone number(s) (3) Normal working hours (4) Responsible personnel (b) Ordering Office Information: (1) Telephone number(s) (i) During working hours (ii) During non-working hours (2) Normal working hours (3) Responsible personnel (c) Chemical-Emergency Assistance (24 hours a day) (1) Telephone number(s) (2) Responsible personnel 14. Product Information Bulletin, NSF Listing, Material Safety Data Sheet  Upon contract award, one set of reproducible originals (along with reproduction rights) of the Product Information Bulletin, a NSF letter of acceptance, and Material Safety Data Sh eet for the PACl supplied shall be forwarded by the Contractor to: Washington Aqueduct Dalecarlia Water Treatment Plant Plant Operations Branch 5900 MacArthur Blvd., N.W. Washington, D.C. 20016-2514 Attention: Woody Peterson 15. Chemical Delivery Security  (a) Upon contract award, the Contractor shall e-mail the names and photographs of the cargo trailer operators making deliveries to: John.w.peterson@usace.army.mil Gregory.e.baker@usace.army.mil Louis.a.levesque@usace.army.mil Lloyd.d.stowe@usace.army.mil Leo.j.nolan@usace.army.mil operator@usace.army.mil and to the McMillan WTP: John.w.peterson@usace.army.mil Dennis.j.fisher@usace.army.mil Raymond.moton1@usace.army.mil Lloyd.d.stowe@usace.army.mil Leo.j.nolan@usace.army.mil Mel.m.tesema@usace.army.mil macmillian@usace.army.mil (b) The Contractor shall e-mail the Dalecarlia or McMillan WTP with the cargo trailer operators name prior to the delivery leaving the PACl plant. This allows the Dalecarlia and McMillan Operations Branch time to match the cargo trailer operator name and photo identification prior to arrival. (c) Each cargo trailer used to deliver PACl 275-gallon tote bins shall be totally enclosed. Open flat bed cargo trailers are not acceptable. (d) Each PACl 275-gallon tote bin cargo trailer shall have a security tag number located on th e door handle. The security tag number shall be e-mailed to the Dalecarlia or McMillan after each trailer has been loaded and is ready for shipping. Once each delivery is made, the tag number shall be checked to assure the cargo trailer has not been tamp ered with. (e) The PACl 275-gallon tote bin lot numbers shall be e-mailed to the Dalecarlia WTP or McMillan WTP as part of the bill of lading and packing slip. This lot number can be checked to assure the cargo has not been tampered with. (f) The bulk PACl cargo trailer unloading hose coupling shall be sealed and include a security tag number. This cargo trailer hose coupling security tag number shall be e-mailed to the McMillan WTP after the trailer has been loaded and is ready for shippi ng. Once the delivery is made the tag number shall be checked to assure the PACl has not been tampered with. (g) The bulk PACl cargo trailer shall have additional security tag numbers located on all manways and/or hatches. The cargo trailer manway/hatch security tag number shall be e-mailed to the McMillan WTP so the number can be checked to assure the cargo has not been tampered with. (h) The Contractor shall mail the original PACl delivery invoices to; USACE Finance Center 5722 Integrity Drive Millington, TN 38054-5005 Attn: EFT/Disbursing And a copy to; Washington Aqueduct 5900 MacArthur Blvd., N.W. Washington, D.C. 20016-2514 Attn: Support Management Services (i) The Contractor shall immediately notify Dalecarlia WTP 202-764-2700 or McMillan WTP 202-762-0166 of any changes in the driver, cargo trailer, and or delivery schedule. (j) The Dalecarlia WTP or McMillan WTP will notify the supplier if the delivery has not occurred at the specified time to verify the status of the shipment. (k) The Contractor is responsible for the pick-up and disposal or recycling of empty and near empty tote bins. The Dalecarlia WTP and or McMillan WTP shall notify the Contractor when empty and near empty tote bin pick-up is required.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00875034-W 20050821/050819212614 (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.