SOLICITATION NOTICE
66 -- Chlorine Dioxide Generator - ATTACHMENT 1
- Notice Date
- 10/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- APHIS-S-11-467393
- Archive Date
- 1/20/2011
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208
- E-Mail Address
-
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- If bid package does not contain Bid Checklist, on-line completion of CCR and ORCA Registrations; quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offer ineligible for award. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. (I) This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. (II) THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. (III) This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IV) *Notice of total Small Business Set Aside In accordance with FAR 52.219-6 Under NAICS Code - 221310 - Water Supply and Irrigation Systems (V) 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE - 221310 - Water Supply and Irrigation Systems Size Standard $7.MIL All Responsible Small business sources May Submit a Quotation For Consideration. NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. (VI) DESCRIPTION Chlorine Dioxide Generator Provide chlorine dioxide generator, equipment, installation, start-up services, monthly maintanence and monitoring services for period of one year. SCOPE OF WORK The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ) located at 22675 N. Moorefield Rd, Edinburg, TX is in need of a Chlorine Dioxide Generator for a water plant with the following specifications: • Daily flow: 70,000 gallons per day • Average flow rate: 49 gallons per minute • Average PSI: 50-60 PSI USDA will determine to purchase or lease the Chlorine Dioxide Generator by comparing the total value of a five year lease to the total price of the equipment plus monthly calibration, chemicals, and maintenance expenses. Work specified shall include manufacturing, furnishing, installing, startup, and testing of all equipment necessary to provide a complete on-site chlorination generating system(s) suitable for disinfection of potable water. Contractor shall provide the services of a qualified manufacturer's representative to install, inspect, startup, calibrate, and provide equipment and operator training to Owner's personnel. On-site chlorination generation system(s) equipment furnished and installed for this project shall include, but not be limited to, the following items: All piping, valving, storage tank(s)/reservoir(s) appurtenances, gauging, low chlorine alert system SUBMITTALS A. General The Contractor shall prepare and submit complete and organized shop drawings as specified herein and shall include, but not be limited to the following: 1. Detailed specifications, fabrication, assembly, dimensions, materials of construction, performance characteristics, and installation instructions for all equipment provided. 2. Chlorine Dioxide Generator System equipment drawings, specifications, wiring diagrams, conduit routing plans, and installation instructions. 3. Operation and Maintenance Manuals for each item of equipment specified herein. 4. Any and all submittals should provide the detail pricing for equipment, labor and materials. GENERAL Chlorine Dioxide Generator System(s) equipment shall be furnished with all features and accessories necessary to provide chlorine, metering, storage, injecting, and dosing to disinfect potable water. The proposed system should be plumbed in a manner that it can be taken offline and isolated as to not disrupt regular water consumption of the building(s) that it provides chlorinated water to during normal working conditions. This will allow for the system to be maintenanced or serviced during regular working hours. The controls shall provide the following functions: A. Start/Stop of the chlorine generation system(s) based on level in the chlorine solution tank. B. Start/Stop of chlorine dosing pumps and adjustment of speed based on preset residual set point for plant effluent and closed contact from the telemetry system for pump to system operation. Said contact shall open when well pump to waste operation thereby stopping dosing operations. C. Residual analyzer calibration and display with corrected/proportional output. D. Alarms with LCD displayed descriptions and output to the telemetry system: 1. Chlorine Dioxide Generator System fail 2. Low chlorine storage tank level 3. High chlorine residual 4. Low chlorine residual INSTRUCTION/TRAINING After the equipment has been installed, tested, and adjusted, and placed in satisfactory operating condition, the equipment manufacturer shall provide classroom instruction to Owner's operating personnel in the use and maintenance of the equipment. Contractor shall give the Owner formal written notice of the proposed instruction period at least two weeks prior to commencement of the instruction period. Scheduled training shall be at a time mutually acceptable to the Owner and the manufacturer. During this instruction period, the manufacturer shall answer any questions from the operating personnel. WARRANTY ITEMS Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation (VII) LOCATION OF SERVICES: USDA, APHIS, PPQ Moore Air Base, Bldg 6407 Edinburg, Texas 78541 (VIII) 52.212-1 Instructions to offers Commercial items applies to this acquisition. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ or http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html IX. The Government will award to the best offer that meets the specifications and standards outlined in the Scope Of Work. Price, Service and Installation, Warranty, and other factors will be considered. (X)52.212-3 Offeror Representations and Certifications - Commercial Items Offeror to complete and return the applicable paragraphs at (b) through (k) in clause provisions (Attachment 1 ) 52.212-3, Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired The following Federal Acquisition Provisions apply to this acquisition: (XI) 52.212-4 Contract Terms and Conditions for Commercial Items applies to this acquisition 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders for commercial items applies to this acquisition 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-2 Evaluation-Commercial Items 52.216-1 Type of Contract. (XII)Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by November 22, 2010 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12. And 14. A firm Fixed Price Purchase order will be awarded. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-11-467393/listing.html)
- Place of Performance
- Address: USDA, APHIS, PPQ, Moore Air Base, Bldg 6407, Edinburg, Texas, 78541, United States
- Zip Code: 78541
- Zip Code: 78541
- Record
- SN02317373-W 20101029/101027233853-e5b6cc61c7505e150ee11d21e37a1621 (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 |