Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2014 FBO #4435
SOLICITATION NOTICE

Y -- Waste Water Thermal Decontamination System, Plum Island Animal Disease Center

Notice Date
1/13/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Biocontainment Operations Branch of Procurement, BPB TH378C, 1131 Chapel Crossing Road, Brunswick (Glynco), Georgia, 31524, United States
 
ZIP Code
31524
 
Solicitation Number
HSFLBP-14-R-00001
 
Point of Contact
Erin M. Riffey, Phone: 785-320-6817, Jason A. Gerloff, Phone: 785-320-4197
 
E-Mail Address
erin.riffey@fletc.dhs.gov, jason.gerloff@fletc.dhs.gov
(erin.riffey@fletc.dhs.gov, jason.gerloff@fletc.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security/Federal Law Enforcement Training Center, will issue a solicitation, HSFLBP-14-R-00001, for construction of a Waste Water Thermal Decontamination System (WWTDS) Replacement for the existing system at the Plum Island Animal Disease Center (PIADC) on or about January 29, 2014. PIADC is a federally owned 840-acre island off the northeastern tip of Long Island, New York, and is located approximately 1.5 miles from Orient Point, New York, and approximately 12 miles from New London, Connecticut. There is a current need to replace the facility's existing WWTDS. The resulting contract will require construction of a new Bio-safety Level 3 Enhanced facility capable of decontaminating 65,000 gallons per day of raw sewage and animal waste. The decontamination system shall be a batch system using steam to heat the waste to 275 degrees Fahrenheit at 31 psig and holding the waste at that temperature and pressure for one hour. After treatment the waste shall be discharged to the sewage treatment plant at no more than 80 degrees Fahrenheit. Major components for the system to be provided as part of the construction include approximately 60,000 gallons of storage in carbon steel tanks for holding waste prior to treatment, five 3300 gallon stainless steel cook tanks, heat recovery heat exchangers to preheat the next batch of waste, sea water heat exchangers to achieve the final 80 degree Fahrenheit temperature, a solid separator system to remove the majority of un-digestible cellulose and non-organic solids, and a HEPA ventilation system for the facility. The facility will require information technology and security infrastructure to support a highly automated treatment system in a secure, monitored facility. The solicitation is unrestricted, under NAICS Code 236220, with a size standard of $33,500,000. Contract award will be determined using the best value continuum as addressed at FAR 15.101. It is anticipated that the awarded contract will be firm-fixed price construction contract. Evaluation factors will include present/past performance, proposed key personnel, proposed staffing plan/organization, price, and other directly relevant factors identified in the RFP. The relevancy of present/past performance and other non-cost factors are significantly more important than cost or price. As technical merit among the competing proposals is determined to be relatively equal, price will become a more significant consideration. The Government anticipates awarding the contract without discussions; however, should discussions become necessary, a competitive range will be established, comprised of the most highly rated proposals. Other Relevant Information: • The range of estimated price for the construction is between $25,000,000 and $35,000,000. • The Period of Performance for the work will be 730 calendar days. • A Pre-proposal Site Visit will be held on March 6, 2014. o ALL ATTENDEES MUST PROVIDE INFORMATION TO THE CONTRACTING OFFICER TO OBTAIN AUTHORIZATION TO ATTEND THE SITE VISIT DUE TO SECURITY REQUIREMENTS AT THE SITE BY 2:00 PM CENTRAL TIME, FEBRUARY 19, 2014.  NCIC Form  PIADC Visitor Application Form or the Approval of Foreign Visitor Form  The forms will be posted on FedBizOpps as they become available.  Attendees may submit their forms to Edel.Brooks-Wilcox@fletc.dhs.gov, with a carbon copy to Erin.Riffey@fletc.dhs.gov at any time prior to the due date above. o No more than 2 attendees per interested company may attend the Pre-Proposal Site Visit. • Specifications and drawings are For Official Use Only (FOUO) and will be accessible at FedBizOpps only with approval. Instructions for access will be in Section C of the RFP. • Proposals are due by 2:00 PM Central Time on April 3, 2014. • Neither electronic nor telefax proposals will be permitted or evaluated. • Contract award is anticipated to occur by June 2014. Points of Contact: Jason Gerloff, Contracting Officer, (785) 320-4197, E-mail: Jason.Gerloff@fletc.dhs.gov Erin Riffey, Contract Specialist, (785) 320-6817, E-mail: Erin.Riffey@fletc.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/FLETCBPB/HSFLBP-14-R-00001/listing.html)
 
Place of Performance
Address: Plum Island Animal Disease Center, Orient Point, New York, United States
 
Record
SN03266308-W 20140115/140113235443-3fb5f4e28e8bede663393cbc7713b3af (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.