Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1998 PSA#2192

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

46 -- BOILER FEEDWATER SERVICES FOR NAVAL STATION, NAS NORTH ISLAND AND POINT LOMA,SAN DIEGO SOL N00244-98-R-0160 DUE 101998 POC Barbara Davis, Contracting Officer at 619-532-2657 WEB: click here to learn more about FISC San Diego and additional, http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote electronically or, Barbara_A_Davis@sd.fisc.navy.mil. This procurement is unrestricted, all responsible sources may submit an offer. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number N00244-98-R-0160 applies and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-5 and Defense Acquisition Circular 91-12. The Standard Industrial Code 2899 with a small business standard of 500 employees. The agency need is Boiler Feedwater services in three Naval Bases in the San Diego area. The requirement is for a firm fixed price, Indefinite Quantity, Requirements contract with three line items with subclins for each year. The Period of Performance is 01 November 1998 through 30 September 1999, with two, one year options for the following items: Line Item 0001 Naval Station-32nd Street, 0001AA -- (Est. QTY. 3,000,000 GL), Delivery of Mobile Demineralizer within twenty-four (24) hours of notification (between 0600-1800 hrs, Monday through Saturday). The contractor will allow the requisitioner a maximum of three (3) hours to start the quantity requested; Item 0001AB;(Est. QTY. 1,650,000 GL), Delivery of mobile demineralizer within four (4) hours of notification (twenty-four (24) hours per day, seven (7) days per week, including holidays). Contractor will be required to provide maximum of three (3) mobile demineralizers within any four (4) hour period. Further, the contractor will allow the requisitioner a minimum of three (3) hours to receive the quantity requested; Item 0001AC,(Est. QTY. 5 each) Disconnect and move mobile demineralizer from one ship to another within two (2) hours of notification (twenty-four (24) hours per day, seven (7) days per week). The contractor will be required to disconnect and move a maximum of two (2) mobile demineralizers within any two (2) hour period. Item 0002-NAS North Island, 0002AA, (Est. Qty. 900,000 GL); 0002AB, (Est Qty. 540,000 GL) & 0002AC, (Est Qty. 5 EA.) Item 0003 Point Loma, 0003AA, (Est. QTY 1,160,000 GL); 0003AB, (Est.Qty. 337,500 GL) and 0003AC, (Est.Qty. 10 EA). Items 0004-0006 are for option year one and Items 0007-0009 are for option year two. THE DESCRIPTIONS AND EST. USAGE IN BASE YEAR ARE IDENTICAL TO ITEM NUMBERS IN OPTION YEARS. PARTIES RESPONDING MUST PROPOSE PRICING FOR ALL ITEMS FOR ALL THREE YEARS. Each delivery of boiler feedwater shall be accompanied by a water quality certification showing that the water meets the requirements listed below (refer to NSTM S9086-GX-STM-020/CH-220 V2 paragraph 220-22.18 through 220-22.22). Constituent or Property Hardness -- 0.10 epm max; pH (condensate) -- greater than 5.4; pH (processed water) -- between 5.4 and 8.2; Silica -- 0.20 ppm max; Conductivity -- < 2.5 micromho/CM* Hard-ness. * NSTM S9086-GX-STM-020/CH-220 V2 paragraph 220-22.24 states, "The maximum permissible demineralized makeup feedwater conductivity is 1.0 micromho/cm. If the demineralized makeup feedwater conductivity exceeds this limit, the resin is expended." To ensure that feedwater which is processed from shore water and provided to ships meets the above standards, the contractor shall continuously monitor the conductivity of the feedwater being provided and shall test the feedwater for silica before delivery to each ship. When any test result indicates that the effluent does not meet the above standards, the contractor shall test the water in all ship's feed tanks which received water. Copies of all test results shall be provided by the contractor to the ship receiving water. pH will be measured with an in-line mounted probe on the discharge side of the mobile demineralizer by other products. Hardness and alkalinity will be monitored by the receiving activity. Shipside testing is to be completed on silica with the use of the Hach Low Level Silica Test Kit and resistivity with a Balsbaugh Resistivity Monitor (use polyethylene bottles and avoid using a glass container which can give a false high silica result). The test and certification is to be performed on site through the use of this equipment provided by the contractor and shall be given to the engineering officer of the receiving ship at the time delivery is made. The Navy has the right to conduct the independent testing to confirm that the water delivered is within specifications. The Government will not make payment for any deliveries found not to meet specifications. To avoid unnecessary traffic on piers, water delivered under this contract will be produced by a mobile demineralizer as described below and stationed alongside the receiving ship, versus use of a bulk water tank truck. Inspection and acceptance of feedwater to be furnished shall be made at destination by the receiving activity. Questions are to be handled by the Ordering Officer. At the request of Southwest Regional Maintenance Center (SRMC), a demineralizer unit delivered to a ship can be retained at the delivery point by the Government when a complaint is received by SRMC from the ship that the quality of water delivered does not meet contract specifications. Once retained by the Government, neither the Contractor nor the Government can operate the unit. The unit will be tested for water quality within 24 hours and returned to the Contractor. A representative from the ship alleging the poor water quality and the Contractor will observe operation of the unit and witness a water quality test performed by the Government and/or a separate water quality test performed by the Contractor. The contractor will be required to regenerate, maintain and repair mobile demineralizers. The contractor will be required to have facilities to accept oral orders twenty-four (24) hours a day, seven (7) days a week. Mobile communication equipment shall be maintained in all deliv-ery trucks. MOBILE DEMINERALZATION SPECIFICATION are as follows: Exchange capacity shall be 750,000 -- 1,000,000 grains for each mobile demineralizer and be regenerated after they have delivered 70% of their rated capacity. The equipment furnished shall incorporate all features necessary for satisfactory operation in a sea and air environment. The demineralizer shall consist of carbon steel, rubber lined (or equivalent) demineralizer trains containing at least on cation unit, one anion unit and two parallel FRP mix bed units with interconnecting piping valves and accessories not specifically identified herein but required for an operable system. The contractor is required to supply industry standard, "small" or "medium" demineralizers which are to be approximately 16 feet long by 8 feet wide by 12 Feet high. Each mobile demineralizer shall be equipped with a batchmeter device that will automatically shut off the inlet valve when a pre-set number of gallons has been delivered. This device shall be of a design that cannot be reset by ship's company, only by the contractor. Each mobile demineralizer shall be equipped with a resistivity monitor. The delivery of feedwater will be automatically terminated of the water exceeds specifications. The resistivity monitor and cell will be calibrated at least quarterly. Each mobile demineralizer shall be equipped with a fully automatic rinse control panel. It shall have a light to indicate control panel is on (if not on, there is no power to unit), a light indicating poor water quality and 10 -- minute flushing cycle before being manually reset, and a light shall indicate good water quality. No mobile demineralizer will be delivered and setup for a ship without the theoretically calculated number of gallons remaining in that mobile demineralizer. Under normal circum-stances the mobile demineralizer will shut down on gallons delivered not on exceeding resistivity limits. Mobile demineralizers are to be placarded with detailed operating instructions including flushing procedures; if necessary, instructions shall be displayed for recovery after there has been as interruption in delivery. Raw water inlet and boiler feedwater outlet fitting will be furnished by the contractor and be compatible with Navy one and one half inch fire hose fittings. Each mobile demineralizer shall be equipped with a sample valve on the outlet for purposes of taking water samples while equipment is operating. Each mobile demineralizer shall be equipped with automatic air venting valves and inlet and outlet pressure gauges. Each mobile demineralizer shall not exceed 12 feet(H) X 8 feet (W) X 16 feet (L) and a weight of 10,000 pounds. The contractor is required to use 120 degree Fahrenheit hot caustic injection, since silica loading of resin and break-through into the boiler feedwater is of great concern. "Y" type strainer with ICU mesh filter in feedline is required. Unit price includes removal of all equipment after completion of deliveries. The Government will supply raw water at a minimum pressure of 40 PSI and at an estimated flow rate between 30 to 60 gallons per minute. Due to variable demand at any pier for raw water, supply pressures could exceed 70 psi or higher. The contractor will be required to protect its own and any government equipment from damage due to maximum pressure fluctuations by installing necessary regulating systems. The Government will supply 120 volt, single phase, 60 hertz electrical power with 3 prong female connector. The Government will supply hoses from the pier water source to mobile demineralizer and to delivery point aboard ship. The contractor is authorized to locate demineralizers on the pier in close proximity to the customer ships for a maximum 24 hour period. The contractor must comply with all government regulations concerning pier access when parking equipment, ensuring that the equipment does not interfere with flow of pier traffic. The government will exercise its authority to move or remove any equipment found to be in violation of above regulations at the contractor's expense. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b) (5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and certifications Commercial Items; DFAES Clause 252.212-7000, Offeror Representations and Certifications-Commercial Items; and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; 52..217-9, Option to Extend the Term of the Contract, with Para (c) completed as follows: the total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years; FAR 52.211-5, New Material; FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement implementation Act. Potential offerors are hereby notified of the Navy's intention to utilize the I.M.P.A.C. Visa Purchase Card Program under the ordering and payment terms of the indefinite delivery contract which may result from this solicitation. The purchase card program will replace the customary task or delivery order, invoice and remittance procedures with charge card purchases and automated supplier payments. If you currently do not accept Visa, we encourage you to evaluate the benefit of this program and sign-up as a Visa merchant. Merchant Bankcard services (the issuer of the Visa card our employees will be using) has a toll-free Customer Service line available 24 hours-a-day, 365 days-a-year. To speak directly with an I.M.P.A.C. Card Service representative regarding Visa processing and the government-wide commercial purchase card program, please call 1-800-334-1941, option 2. Award will be made in accordance with FAR 52.212-2 Evaluation of Commercial Items. The Government intends to make a single award to the responsible offeror whose offer conforming to the solicitation will be the most advantage to the government,price and other factors considered. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your proposal. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information: Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ All responsible Offerors are to submit cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Proposals must be received no later that 3:00 p.m. PST, 19 October 1998 and will be accepted via FAX (619-532-2287) Attn: Barbara Davis or via e-mail (Barbara_A_Davis@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. DO NOT Mail. Posted 09/29/98 (W-SN255816). (0272)

Loren Data Corp. http://www.ld.com (SYN# 0158 19981001\46-0002.SOL)


46 - Water Purification and Sewage Treatment Equipment Index Page