MODIFICATION
M -- Operation and Maintenance of the Yuma Desalting Plant, WQIC Research Facility, and Operation of the Analytical Laboratory
- Notice Date
- 12/4/2006
- Notice Type
- Modification
- Contracting Office
- Bureau of Reclamation -Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
- ZIP Code
- 85364
- Solicitation Number
- 06SP340020
- Archive Date
- 12/4/2007
- Small Business Set-Aside
- N/A
- Description
- The Department of Interior, Bureau of Reclamation, Yuma Area Office (YAO), has a requirement for the Operations and Maintenance (O&M) of Yuma Desalting Plant (YDP), O&M of the WQIC Research Facility (WQIC); and the Operation of the Analytical Laboratory (ALS) located at 7301Calle Agua Salada, Yuma, Arizona. The YDP is one of the world's largest reverse osmosis desalting plants. Its full capacity is 72 million gallons per day. Though the main plant is not currently operating, it is maintained in state of readiness that varies according to Government requirements. The contractor will be required to provide all contract management, planning, supervision, administration, personnel, operation, engineering support, labor, chemicals, services and transportation necessary to perform all aspects of the contract requirement. The government will provide the bulk of tools, equipment, supplies, materials, and facilities. The WQIC is a designated National Center for Water Treatment Technology, a nation-wide affiliation of publicly-funded water treatment research facilities that partner with the public for testing. The National Water Research Institute, the U.S. Bureau of Reclamation, and the U.S. Army sponsor the National Centers Program. The goal of the National Centers Program is to promote improved water-treatment processes through united research efforts by government, academia, and private industry. There are currently only seven National Centers in the U.S., and each center explores different water research focus areas. The Analytical Laboratory supports the YDP, WQIC and other Government authorized operations of the YAO by performing chemical, biological, and physical tests; and preparing the data for engineering and data reporting. The mission of the WQIC is to advance the development and transfer of water purification technologies at its state-of-the-art facility through field tests, hands-on training, and implementation. The varying levels of research focus on the following research goals: (1) analytical laboratory services for YDP and the YAO; (2) to reduce the cost to operate and maintain the YDP; (3) securing safe, clean water supplies for the West now and in the future; and (4) transferring federally-developed technology to the public pursuant to the Federal Technology Transfer Act of 1986. The WQIC also provides a water supply for the YAO. The government anticipates that a single award will be made (YDP, WQIC and ALS). The selected contractor must exhibit extensive experience in reverse osmosis (RO) desalting, providing licensed analytical laboratory service, and in advanced water treatment experience including (1) Administration; (2) Operations; (3) Maintenance; and (4) Engineering support. The proposed requirement will contain a combination of firm fixed price (for the basic O&M requirement), cost reimbursement, Fixed Labor-Hour, and Time and Material CLINs for IDIQ components under which Task Orders may be issued. The performance period will have a base year (1year) and four 1 year options. The Government is responsible for determining the contractor's level of responsibility for each contract year. The Government, at its option and with notice, may increase or decrease the level of responsibility to achieve a desired level of support in accordance with the SOW. This solicitation will be completed on a full and open competition basis. The applicable North American Industry Classification System (NAICS) code is 221310 (Water Supply and Irrigation Systems) and the related small business size standard is $6.5 Million. The estimated price range of this project for the base year is between $3 and $5 Million. The solicitation, in the form of a Request for Proposal (RFP) No. 06SP340020 will be available at the link provided in this notice or check our website http://ideasec.nbc.gov. The solicitation will be available on or about January 15, 2007 with offers due forty five (45) days after issuance of the solicitation. Offerors should visit the web site after January 15, 2007 in order to access the solicitation and any subsequent amendments and/or notices. Hard copies of this solicitation will not be available. The solicitation will be issued electronically via FedbizOpps web site and will be available electronically on a CD upon written request. Effective October 1, 1997, contractors are required to register their firms in the Central Contractor Registration (CCR) database prior to receiving a contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires federal agencies to have the Taxpayer Identification Number (TIN) of every contractor and to pay every contractor through electronic funds transfer. Registration can be accomplished through the World Wide Web at http//www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. The CCR Handbook and information on the registration process can be obtained via the CCR website, http://www.ccr.gov or by calling 1-888-227-2423. Offerors will be required to complete the annual representation and certification electronically via the Online Representation and Certification Application (ORCA) website at http://orca.bnp.gov. Questions may be submitted electronically to Ms. Virginia Toledo at vtoledo@lc.usbr.gov Responses to this notice should be mailed to Bureau of Reclamation, Yuma Area Office, Attention: YAO-3100, 7301 Calle Agua Salada, Yuma, AZ 85364.*****
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=153878)
- Place of Performance
- Address: Yuma, AZ
- Zip Code: 85364
- Country: USA
- Zip Code: 85364
- Record
- SN01190460-W 20061206/061204220717 (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 |