Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2002 FBO #0278
SOLICITATION NOTICE

45 -- Incinerator Monitoring System

Notice Date
9/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, 1201 NW 16th S= treet, Miami, Florida 33125
 
ZIP Code
33125
 
Solicitation Number
546-74-02
 
Point of Contact
Point of Contact - Ginette Papillion-Nolan, Contract Specialist, (= 305) 324-4455 ext. 4010, Contracting Officer - Ginette Papillion-Nolan, Con= tract Specialist, (305) 324-4455 ext. 4010
 
E-Mail Address
Email your questions to Ginette Papillion-Nolan
(ginette.papillion-nolan@med.va.gov)
 
Description
DESC: This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # RFQ 546-74-02 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAR 97-27. =20 Item #1: Contractor shall provide all labor, tools, equipment, materials and supervision to furnish and install a new incinerator monitoring system which will satisfy the new EPA requirements and other items as noted in the =93Requirements=94 section of this document, for the operation of our existing Hospital/Medical/Infectious Waste Incinerator. The new EPA regulations will become effective September 2002. The Medical Center has to install a new monitoring system to meet the new regulations.=20 Requirements: Contractor will furnish and install a complete monitoring data logger system to include the following: The proposed monitoring system will include a data logger, integrated weight scale with credit offered should our scale be usable, one (1) personal computer with CD-ROM burner and printer installed in the plant supervisors office and one (1) monitor installed in the incinerator plant operators station. The system must be compatible and share data with both the Incinerator PLC and the Scrubber PLC and structure it according to the current EPA regulations. The software will be compatible with Windows NT 4.0 and local network. The system will be required to gather and compare the data in a 3-hour rolling average against permitted conditions to demonstrate compliance. Also guarantee that the system will not be able to generate non-compliance data from the incinerator for EPA enforcement use. Additionally the program should lock out the ability to charge waste if the incinerator is non-compliant in any of the parameters exceeding the allowable limit of any 3-hour average by 50%. We require a text notification and functional operator bypass on the PC screen that will allow the operator to continue to load waste if it is activated. This will assume the issue that caused the 3-hour average to exceed 50% has been, or is in the process of being corrected, If the 3-hour average continues to exceed EPA regulations up to 80% of the average 3-hour window, it will automatically lock out the incinerator until the situation has been corrected. This is to guarantee that we will not record data into the violation report section. We required automatic calibration checks on a regularly scheduled basis, continuous emission monitors, and flow monitors, (Flow monitors, require this check each day). The new system will measure and record nine (9) parameters at a frequency that will comply with the new EPA regulations. The nine (9) parameters are as follows: 1. Minimum temperature of secondary chamber 2. Date, time and maximum weigh of each charge fed into the HMIWI 3. Maximum, temperature of flu gas (treated exhaust gas from scrubber stack) 4. Minimum amperage to wet scrubber (rotary atomizer amps) 5. Minimum scrubber liquid flow rate 6. Minimum scrubber liquid pH. 7. Measuring use of the bypass stack including date, time, and duration. 8. Maximum CO levels 9. Maximum O2 level, normalized to 7%. The new monitoring system will have the capability of monitoring data at all times during HMIWI operation except during periods of monitoring equipment malfunction, calibration, or repair. At a minimum, according to the regulations, valid monitoring data will be obtained for 75% of the operating hours per day and 90% of the operating day per calendar quarter that the Medical Center is combusting hospital waste, and or medical/infectious waste. Since the regulations require valid monitoring data 75% of the operating hours per day and 90% of the operating days per calendar quarter, a separate front end system is required to be installed with the new monitoring system in addition to the existing PLC. The system will have the capability to include new points added without the addition of new hardware. Also to have the software capability to organized and form reports to the EPA for both quarterly and annual reports. We request three (3) repair/operation manuals, list of equipment, QA/QC and certification plan and provide training to the incinerator operators.=20 The system must be turnkey with a guarantee to meet DERM Regulations and EPA regulations under Title 5. Delivery Date: Equipment must be installed and operational no later than September =96 2002. Provisions at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Offerors shall include the following information when submitting a quote under this solicitation:(1) Manufacturer=92s specification sheet for item or items offered (2) Description of warranties available with each item offered (3) References: Past customers who have had a system same/similar to this installed at their facility. Offerors should also include a completed copy of the provision at 52.212-3 Offerors Representations and Certifications Commercial Items with their offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:=20 Technical capability, Past Performance, and Price. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions required to implement statue or executive orders. Commercial Items, applies to this acquisition with the following applicable additional clauses from paragraph (b) : 52.222-21 Prohibition of segregated facilities (2-99), 52.222-26 Equal Opportunity (EO1.1246), 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 412), 52.225-1, Buy American Act Balance of Payments Program Supplies, (41 U.S.C. 10a, & 10d), 52.232-34, Payment By Electronic Funds Transfer other than Central Contractor Registration (31 U.S.C.3332). Offers are due September 17, 2002 by 4:00 P.M. (est.).=20 Mail solicitations to: VA Medical Center, ATTN:=20 Ginette Nolan,1201 N.W. 16th Street , Miami, FL 33125. Please call 305-324-4455 ext. 4010 if you have any questions.
 
Web Link
RFQ 546-74-02
(http://www.bos.oamm.va.gov/solicitation?number=3D546-74-02)
 
Record
SN00157418-W 20020906/020904213513 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.