Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2011 FBO #3599
SPECIAL NOTICE

99 -- Notice of JOFOC

Notice Date
9/30/2011
 
Notice Type
Special Notice
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Archive Date
9/29/2012
 
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
JOFOC1. Req #K6011000231; Contract #A11PX916202. Contract $385,758.88; Estimated Mod $96,450.00; Est Grand Total $485,208.883. Proposed Contractor: Adedge Water Technologies, LLC, 5152 Belle Wood Court, Suites A & B, Buford, GA 305184. Requesting Activity: BIA-OFMC-Design and Construction, 1011 Indian School Rd NW, Albuquerque NM 871045. Contracting Activity: BIA-Albuquerque Acquisitions Office, 1001 Indian School Rd NW, Albuquerque, NM 871046. STATUTORY AUTHORITY: AUTHORITY PERMITTING THE USE OF OTHER THEN FULL AND OPEN COMPETITIONFAR 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements [41 USC 253(c) (1)]: The supplies or services required by the Agency are available from only on responsible source and no other supplies or services will satisfy agency requirements. 7. NATURE AND/OR DESCRIPTION OF THE ACTION BEING APPROVED:The purpose of the project is to provide potable drinking water to the Keams Canyon community that meets Safe Drinking Water Act standards using a design build approach. This requirement is mandated by the "Global Settlement" signed between DOI and EPA on August 18, 2011. See http://www.epa.gov/compliance/resources/cases/federal/bia-cafo.pdf. The Global Settlement is an agreement requiring Indian Affairs (IA) to design and provide potable water, and install a central treatment unit. The Keams Canyon Water System relies on groundwater which is naturally high in Arsenic. The Global Settlement requires IA to supply the users on this system with potable water in 90 days. A preliminary design was completed by an IA professional engineer. This preliminary design was reviewed by an outside consulting professional engineer both recommending use of the design. To make a commercial buy of a Water Treatment Unit. The above work was approved in a previous JOFOC on 08/30/2011. The additional work is to include the pumps in the pod; thereby replacing the old pump house. A telemetry system between the central treatment unit, pumps, wells and tanks will be added. 8. A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS, INCLUDING THE ESTIMATED VALUE: Recommend the purchase of a skid mounted Adedge system (APU33-4960CS-S-3-CV) Central Water Treatment skid mounted unit with granular iron media adsorption units, per the schematic in shown in the Global Settlement. The Adsorptive Media is listed in NSF/ANSI STD 61 and meets drinking water standards. The system purchase includes a pre-manufactured building designed for this treatment unit, a Backwash storage tank, Backwash recycle pump, a 5,500-gallon ground-level storage tank to receive the raw water from the wells, spare parts needed for five years of normal operation, fully automated controls, design support for 1 full day on site in Hopi, on site start up by manufacture staff for 3 days, commissioning of the unit by manufacture's staff, onsite training of IA staff to operate and maintain the unit. The design capacity of the unit will also accommodate future connection needs on the water system. Training will be provided to IA personnel. Manuals, literature, and other pertinent documents will be provided. Travel of contractor's representative to project site.The estimated cost for this unit as described above is $385,758.88. The above work was approved in a previous JOFOC on 08/30/2011. The pre-manufactured building designed to house the treatment facilities, included in the current contract (A11PX1620), will be enlarged to include the CO2 and Cl- systems, a pump skid with two new system pumps and a telemetry system for controlling the utility system. The building is an enclosed steel trailer with the treatment units discussed above included in the manufactured unit to fit. The size of the unit will be increased from eight (8) feet wide by twenty (20) feet long and ten (10) feet high TO eight (8) feet wide by forty (40) feet long and ten (10) feet high. An Automatic Control Systems will be added so the system can be automated and monitored by Agency staff and a vendor to provide operations and maintenance assistance. These will be supplemented with Programmable Logic Controls (PLC) integrates and automates most system controls. The PLC will facilitate operation of:oWell #2 and Well #3 - On/Off OperationoClear Well Pump and Tank Level ControlsoSystem pumping based on water demand using the Dual Distribution Supply Pump SkidoAutomate the backwash recycle pump and clear well storage tank level controlsoRead and integrate the existing reservoir level control to operate system pumps on and off. Adedge Water Technologies, LLC will supply a dual pump skid for system pumps. These items will be removed from the Site Contractors scope of work. The new pumps specified are two (2) Grundfos 15Hp 3Phase 150 gpm @ 246' TDH. These will be mounted on a Stainless Steel Duplex Skid Assembly in the pre-manufactured building that has controls. The modification also includes Controls Enclosure with integration to Treatment System PLC, the pumps and a location for radio controls for well 3 and the storage tank system. The skid will include new Inlet and Outlet Isolation Valves. The contractor shall also supply a new 6" Flanged Altitude Valve - ClaVal Model 210 / 01 and a new 4-20mA Distribution Storage Tank Level Control system with Remote Communication. These items will integrate with the proprietary control logic systems, i.e. telemetry, included with the original order. These modifications will include programming to automate part of the utility system in one set of controls and will increase the ability of the operator to control the system safely. The original controls would only control the flow rate into the treatment vessels. Estimated amount $96,450.00.9. A DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF THE OF THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED:The Adedge system (APU33-4960CS-S-3-CV) uses a pre-manufactured design that has been rated better than the nearest water treatment competitors by the EPA Drinking Water Chief. The design was submitted and approved as part of the EPA Global Settlement. This manufacture produces a product that has a lower maintenance requirement and is simpler to operate. The manufacture will also provide the unit within the timeframe to meet the EPA mandate. This is also the exact system that is used by several other Tribal organizations in the area. Standardization with those units will improve IAs ability to operate and maintain the system. Market research indicates other companies' similar products do not meet and cannot be modified to meet the agency's needs. The above qualifications were approved in a previous JOFOC dated 08/30/2011. Adedge Water Technologies, LLC will integrate the control of the additional items into its proprietary programmable control logic (PLC) systems. No one else can change the programming, unless the entire system is replaced. The additional items can be added to the existing water treatment center within the same pod.10. A DESCRIPTION OF THE EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS IS PRACTICABLE, INCLUDING WHETHER A NOTICE WAS OR WILL BE PUBLICIZED IN REQUIRED BY SUBPART 5.2 AND, IF NOT, WHICH EXCEPTION UNDER 5.202 APPLIES: Due to time constraints, dealine of November 16th, no other sources were not located. Adedge Water Technologies, LLC will integrate the control of the additional items into its proprietary programmable control logic (PLC) systems11. A DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE: The IGE (attached) is based on market costs. The IGE provided on this project is based on the Pueblo Pintado telemetry costs, City of Albuquerque's unit price guide, a Professional Engineer's experience with recent bid prices, and from phone calls to manufacturers about their products. 12. A DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Market research was conducted by Mathew O'Grady, PE.13. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION:The Global Settlement requires IA to supply the users on this system with potable water in 90 days. No other system could be designed manufactured and installed in this timeframe. EPA deadline is November 16th.The additional items- have the ability to be integrated into the proprietary control logic systems included with the original order that would only control the flow rate into the treatment vessels- will eliminate the need for a future project to develop one set of telemetry systems for the entire utility- eliminate site piping- eliminate additional concrete work- will avoid the cost of having to replace the existing pump station building. The existing pump station is in deplorable shape, it is over 50 years old and would require more than 12 new penetrations as well as a new window. The project's licensed engineer Mr. Mathew O'Grady, P.E., has recommended that the building be condemned. These modifications will allow IA to eliminate this building after this project is complete. - will eliminate approximately $145,000 on the site construction work thus saving IA approximately $49,000 and the cost of a new building, estimated to be at least $50,000.14. A LISTING OF THE SOURCES, IF ANY, THAT EXPRESSED, IN WRITING, AN INTEREST IN THE ACQUISITION:None. This justification has been prepared under the authority of 41 USC 253(c) as set forth in FAR 6.3. This Justification documentation shall conform to guidance in FAR Part 13 for acquisitions at or below the simplified acquisition threshold (>$100,000). For acquisitions above the simplified acquisition threshold, the documentation shall conform to guidance in FAR Part 6, Department of the Interior Acquisition Regulation and BIA Procurement Policy.Federal Acquisition Regulation (FAR) 6.3 Other than Full and Open Competition, (a) 41 U.S.C. 253(c) and 10 U.S.C. 2304(c) each authorize, under certain conditions, contracting without providing for full and open competition. The Department of Defense, Coast Guard, and National Aeronautics and Space Administration are subject to 10 U.S.C. 2304(c). Other executive agencies are subject to 41 U.S.C. 253(c). Contracting without providing for full and open competition or full and open competition after exclusion of sources is a violation of statute, unless permitted by one of the exceptions in 6.302. 15. CERTIFICATION AND SIGNATURE APPROVALSPursuant to FAR 1.707 Signature Authority, this Justification has been thoroughly reviewed and recommends approval. I certify that the above facts and representations under my cognizance that are included in this Justification are accurate and complete to the best of my knowledge and belief. Program Manager Emerson Eskeets for Dennis Rodriguez dated 09/29/11 Contracting Officer - Jeff Sena dated 09/29/11 Competition Advocate - David Brown for Kathy Daum dated 09/30/11
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/32a1007d8c4913f282ed647e75e77e1f)
 
Record
SN02598951-W 20111002/110930235100-32a1007d8c4913f282ed647e75e77e1f (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.