Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2002 FBO #0105
SOLICITATION NOTICE

J -- REPAIR WASTE WATER TREATMENT SYSTEM

Notice Date
3/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
 
ZIP Code
92043-4306
 
Solicitation Number
N47408-02-T-0322
 
Response Due
4/12/2002
 
Archive Date
4/27/2002
 
Point of Contact
Olivia Soto, Contract Specialist, Phone 805-982-5119 , Fax 805-982-4540, - Raymond Brothers, Contracting Officer , Phone 805-982-6209, Fax 805-982-4540,
 
E-Mail Address
SotoO@cbchue.navfac.navy.mil, BrothersRL@cbchue.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional info included in this notice. This announcement constitutes the request for quote for the required items. Proposals are hereby requested under RFQ N47408-02-T-0322, a subsequent solicitation document will not be issued. NFESC has a requirement that the current storm/waste water system at Point Mugu, CA, Building 63 fuel terminal, be upgraded to ensure regulatory compliance under its discharge permit with the City of Oxnard. A fuel/water separator design proposal is required for evaluation purposes. NAICS code 221310. Statement of Work; REPAIR WASTE WATER TREATMENT, NAVAL AIR STATION, POINT MUGU, CALIFORNIA STATEMENT OF WORK 1.0 INTRODUCTION NAS Point Mugu, California requires that the current storm/waste water system at the Building 63 fuel terminal be upgraded to ensure regulatory compliance under its discharge permit with the City of Oxnard. A fuel/water separator design proposal is required for evaluation. 2.0 BACKGROUND Storm water and fuel tank condensate water collected in the fuel storage areas flow to three wastewater storage tanks (63J, 63K, 63L) that are arranged in parallel. Water from these storage tanks flows through two parallel activated carbon vessels and is discharged to the public sewer, under permit by the City of Oxnard. A backup treatment system is required to ensure wastewater regulatory compliance and provide redundant protection. 3.0 SCOPE Provide the most economic, simplistic, reliable, and self-sufficient wastewater treatment system that complies with the City of Oxnard discharge permit. The contractor will provide an above ground, self-contained, fully automatic system design proposal with written description of: Design proposal and system operation System performance and guarantees Materials/chemicals removed Type of materials/chemicals not removed Installed cost estimate, turnkey project Maintenance required and frequency Discharge water quality Controls Automatic versus manual operation Moving components Adjustments versus process performance Operating personnel required, training, skills Current installations/references Equipment list, size, material of construction Recommended spare parts list Consumables required (chemicals, activated carbon, etc.) and usage estimate Utilities required (electrical, air, water, etc.) Capacity Design codes and/or standards Installation schedule proposal 4.0 DESIGN BASIS The new water treatment system shall do the following: Draw 65-gpm maximum wastewater flow for treatment from the surface of three storage tanks (63J, 63K, 63L). Tanks 63J and 63K (height = 18ft, diameter = 32ft, capacity = 108,000 gallon each). Tank 63L (height = 18ft, diameter = 24ft, capacity = 60,000 gallon). Treat 2.1-million gal/yr storm water for fuel oil removal. Use an existing tank, 63M, currently used for waste oil, for treated water storage service. Tank 63M (height = 18ft, diameter = 24ft, capacity = 60,000 gallon). Maintain current treatment system intact for backup. 5.0 WATER SPECIFICATIONS The influent water contained within the three-wastewater storage tanks can consist of 100% fuel (JP-5 and/or JP-8) at the surface. Analysis of water collected from tanks 63J, K, & L: 1.0 wt % oil and grease max 2000 mg/l TSS max The effluent water from the water treatment system must meet Industrial Wastewater Discharge Permit by the City of Oxnard (Appendix A). 6.0 REQUIREMENTS Contractor shall meet the Industrial Wastewater Discharge Permit by the City of Oxnard and guarantee the following: Maximum power consumption in kw/1000 gallons of water treated One-year warrantee on Contractor supplied equipment parts and construction materials. The effluent water will be delivered to tank 63M. 6.1 EQUIPMENT All new equipment (separators, pumps, filters, etc.) must be assembled in a weather and corrosion proof structure. Equipment is to be located on contractor?s concrete pad. Contractor shall apply suitable protective coatings to all equipment, piping, etc. so that it will remain corrosion free for at least 5 years in an outdoor ocean environment. 6.2 PIPING Contractor shall provide all required piping, valves and fitting for the new waste water system. Pipe sizes 2" or less; carbon steel A106B; Sch 80 Pipe sizes greater than 2"; carbon steel A106B; Sch 40 Minimize tie-ins to existing piping All welded construction; threaded valves are permitted in sizes 1/2" and below. Contractor shall provide pipe supports for new and modified piping All new and modified piping shall be pressure tested, surface prepared and painted 6.3 INSTRUMENTATION Contractor shall supply all instrumentation needed to automate operation of the new treatment system. Minimal operator intervention shall be provided. Contractor shall provide a local control panel for monitoring and operation of the equipment. No tie-ins will be made to existing monitoring and control systems. All instrumentation shall be explosion proof or intrinsically safe. Use NEMA 4 rated enclosures. 6.4 ELECTRICAL Contractor shall install all electrical components required for operation, control and lighting for new equipment. Power is available at 230v, 3 phase. Contractor shall provide transformers as require for other voltage requirements. The site is a hazardous area; all electrical motors, lighting, etc. shall be explosion proof. 6.5 CONSTRUCTION Construction activities will be carried out in an active fuel terminal environment. 6.6 QUALIFICATIONS Contractor must demonstrate recent experience with design and implementation of wastewater treatment systems. APPENDIX A PART II WASTEWATER PRETREATMENT STANDARDS The Industrial user shall comply with the effluent limitations specified below: Pollutant or Pollutant Property Daily Maximum Biochemical Oxygen Demand (BOD) 800 mg/l Cadmium (Cd) 2.3 mg/l Chromium, Total (Cr) 3.0 mg/l Chromium, Hexavalent 0.1 mg/l Cyanide 0.1 mg/l Lead (Pb) 2.3 mg/l Nickel (Ni) 3.0 mg/l Oil & Grease (O&G) 100 mg/l pH (minimum) 6.0 pH (maximum) 10.0 Silver (Ag) 1.0 mg/l Suspended Solids (SS) 1000 mg/l Total Toxic Organics (TTO) 1.0 mg/l Zinc (Zn) 3.0 mg/l. Based on full and open competition. Proposals received shall specify FOB Destination Point Mugu, CA. Offers other than FOB Destination shall be ineligible for award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Eval-Commercial Items. The Gov?t intends to make an award to the responsible offeror whose offer conforms to the minimum technical requirements and submits the best price overall. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52-212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders: The following numbered subparagraphs under paragraph (b) of this apply: (1), (2), (3), (6), (7), (8), (9), (10), (11) "regulatory". The incorporated provisions and clauses are those in effect through FAC 90-37. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: DFAR 252.252-7000 Buy American Act - Balance of Payments Program Certificate (DEC 1991), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: The following clauses under paragraph (b) of this clause apply: 252.219-7008, 252-225-7001, and 252.233-7000. Award will be made to the eligible, responsible offeror, conforming to the solicitation, whose offer is the most advantageous to the Govt. The Govt reserves the right to award the contract to other than the lowest priced offeror. As a minimum, vendors should provide this office; a price proposal on letterhead or a SF1449 for the requested items w/unit price, extended price, prompt payment terms, remittance address, descriptive literature of items offered, and copies of FAR 52.212-3 and DFAR 252.212-7000. Responses to this solicitation are due by 4:00 p.m. April 12, 2002. All offers shall be sent to, Attn Ms. Olivia Soto, NAVFACCO Code NF22, 3502 Goodspeed Street, Ste 2, Port Hueneme, CA 93043-4337. Reference RFQ N47408-02-T-0322. URL; http://www.fedbizops.gov/
 
Place of Performance
Address: POINT MUGU, CA
Zip Code: 93041-5000
Country: USA
 
Record
SN00043708-W 20020317/020315213439 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.