Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOURCES SOUGHT

C -- San Luis Drainage Project Water Treatment Facility Design

Notice Date
10/20/2010
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R11PS80240
 
Response Due
11/1/2010
 
Archive Date
10/20/2011
 
Point of Contact
Melanie Russell Contract Specialist 8015243851 mrussell@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This Source Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Bureau of Reclamation. The purpose of this SS is to identify qualified sources capable of performing the work described herein. As a result of this SS, the Bureau of Reclamation may issue a Request for Proposal (RFP). The US Bureau of Reclamation, Denver Office, Acquisitions Operations Group is performing a market survey to determine if there are an adequate number of interested and qualified firms having the capability to complete work related to the design of a water treatment demonstration facility to be located in the San Luis Valley in Northern California. The specific requirements of the design include: 1. Equipment shall be capable of 24-hour per day, 7 days per week, year-round operations for treatment of re-used agricultural drainage water supplied by Reclamation from seven sumps, via pipeline, and blended within a 500,000 gallon equalization tank also supplied by Reclamation. 2. Reverse osmosis (RO) treatment capacity shall be 200 gallons per minute (gpm) of raw drainage inflow; drainage water quality parameters are attached (Exhibit 2). Treatment capacity shall be provided using two parallel 100-gpm RO skids. 3. RO treatment design and specifications shall include any pretreatment operations required to consistently achieve: - A Silt Density Index of 3.0., or lower, using the standard test method from ASTM D4189-07. - Minimum 50% RO product water recovery. - Prevention of biofouling and scaling of the RO membranes. - Maximum RO membrane cleaning frequency: quarterly. 4. RO treatment equipment and membranes shall be capable of 98 - 99% rejection of total dissolved salts, including selenium ions. 5. Biotreatment system shall treat the concentrated waste stream from the RO treatment system and have a minimum inflow capacity of 100-gpm minute. Biotreatment capacity shall be sufficient to treat the entire concentrated waste stream flow from the RO treatment system. 6. Concentration of total selenium in the treated effluent from the biotreatment system shall not exceed 0.010 mg/L. 7. The Contractor shall provide a written warranty for the RO and biotreatment design and specifications that guarantees the following treatment performance: - Minimum 50% RO product water recovery - Maximum total selenium concentration in the biotreatment system treated effluent shall be 0.010 mg/L - The concentrations of organic selenium species in the biotreatment system treated effluent shall be less than the concentrations of organic selenium species in the influent untreated drainage. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System Code (NAICS) is 541330 and the related small business size standard is $4.5 million. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone and/or 8(a)), and a point of contact; (b) A positive statement of your intention to submit an offer for a solicitation as a prime contractor; (c) Evidence of successful completion of a minimum of three similar water treatment designs. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's expertise, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. All interested parties are encouraged to respond to this notice to Melanie Russell, by e-mail at mrussell@usbr.gov no later than the close of business on November 1, 2010. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/470d302a8d7104eba9145a6f07267bf1)
 
Place of Performance
Address: Denver, CO
Zip Code: 802250007
 
Record
SN02313935-W 20101022/101020234019-470d302a8d7104eba9145a6f07267bf1 (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 |
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.