Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
MODIFICATION

46 -- Electrochemical Chlorine Dioxide Generator

Notice Date
9/15/2005
 
Notice Type
Modification
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, TX, 79902
 
ZIP Code
79902
 
Solicitation Number
IBM05Q0048
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Point of Contact
Colleen Elliott, Contract Specialist, Phone (915) 832-4714, Fax (915) 832-4192, - Irma Gurrola, Office Automation Clerk, Phone (915) 832-4716, Fax (915) 832-4192,
 
E-Mail Address
colleenelliott@ibwc.state.gov, irmagurrola@ibwc.state.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION AMENDMENT 0001 REPLACES THE ENTIRE COMBINED SOLICITION/SYNOPSIS. The International Boundary & Water Commission, US & MX, US Section, El Paso, TX intends to award a Sole Source Firm-Fixed Price Purchase Order to PureLine Treatment Systems, LLC, 1672 McGaw Ave, Irvine, CA 92614-5632 as follows. Line Item 0001: The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following item: One (1) Each PureLine Treatment System ClO2 HP-10 Chlorine Dioxide Generator, including delivery, setup, and training. Pursuant to 10 U.S.C. 2304 (c)(1), and Federal Acquisition Regulation 6.302-1, supplies, services, and/or equipment required are available from one responsible source and no other type of supplies, services, and/or equipment will satisfy agency requirements. In order to receive approval from the Texas Department on Environmental Quality (TCEQ) to install a chlorine dioxide generator at the Falcon Village Water Treatment Plant, the name and specifications for the proposed generator were submitted to TCEQ. After researching the many different manufacturers and technologies available, the PureLine PurClO2 electrochemical chlorine dioxide Generator was best at meeting IBWC needs. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES The chlorine dioxide generator must include: o 99.5% efficiency; single precursor (25% sodium chlorite); o sodium chlorite usage (6.6 to 7 lbs /lb of chlorine dioxide); o capacity (10 lbs/day of chlorine dioxide); o waste products (20% NaOH solution, H2 diluted to <0.5 vol %); o water usage (125 gallons/day @ 40psi); o electrical power (220/120 VAC 1PH, 30A); o Programmable Logic Controller (PLC) with touch screen operator interface terminal (OIT); o safety interlocks (run permissive interlock and shutdown: o on low air flow through stripper column, o if anolyte loop flow is insufficient, o on loss of RO water supply pressure, o on hydrogen blower failure; o on high cell temperature above 160?F, o on high cell amperage or no PS supply output, o if anolyte loop pH is below specified range, o of dosing pumps if absorber level is low o of unit if absorber level is too high, o of unit and dosing pumps if permissive is tripped and o of specific dosing pumps if conditions to run are not met; o manual top button to shutdown unit and dosing pump(s); o process connections (1/2? FTP schedule 80PBC ball valve); o ClO2 cross connect outlet (1/2? SOC schedule 80 PVC ball valve); o chlorite inlet (1/2? tubing fitting, PVDF); o anolyte effluent (1/2? FPT schedule 80 PVC); o catholyte effluent (1/2? FPT schedule 80 PVC); o hydrogen vent (1-1/2? SOC schedule 80 PVC); o ClO2 Vent (1? pipe schedule 80 PVC); o dimension (52?W X 80? H X 28? D); o weight (500 lbs); o enclosures o process cabinet ? polypropylene sheet on powder coated steel frame and o electrical cabinet ? NEMA 4X (fiberglass); o onsite delivery and setup; and o onsite operational training; o operation & maintenance manuals: Three sets are required, including one electronic version, .delivered with the equipment and training. Additional Requirements: o Provide ?Plans & Specifications,? approved by TCEQ for installation of Chlorine Dioxide Generator. ?Plans & Specifications? are to be provided to TCEQ ? Technical Review & Oversight Team, Attn: Jack Shulze, 12100 Park 35 Circle, Building F-3101, Austin, TX 78753, Telephone 512-239-6045 and the International Boundary & Water Commission ? US Section, concurrently for review and acceptance. o Perform an oxidant demand study for chlorine dioxide (primary disinfectant) and chloramines (post disinfectant). o Provide recommended dosage rate for both chlorine dioxide and chloramines (liquid ammonium sulfate and chlorine). Delivery requirement: The FOB for this RFQ is Destination to Zip Code 78545. The requested delivery date is No Later Than 56 calendar days after receipt of order. The delivery address is the International Boundary & Water Commission ? Falcon Dam, Reservoir Road, Falcon Heights, TX 78545. 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; a quotation is being requested and a written solicitation will not be issued. Solicitation number IBM05Q0048 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05, effective August 26, 2005. This is a 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 333319 with a size standard of 500 employees; the SIC code is 3589. The Government intends to award the Sole Source Firm Fixed-Price Purchase Order to a Small Business concern. Tentative dates for issuing and opening RFQ IBM05Q0048 are September 8, 2005 and September 19, 2005, respectively. The date specified for receipt of the sole source quotation remains unchanged as September 19,2005. The deadline is hereby established as 1:30 p.m. local time. The solicitation is for a firm fixed-price commercial item contract. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant ward: 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?Commercial Items. Paragraph (b) incorporates the following FAR clauses: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-25, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.226-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. FAR 52.212-03, Offer Representations and Certifications?Commercial Items. Paragraph (i) Certification Regarding Knowledge of Child Labor for Listed End products (Executive Order 13126), (1) Listed end products and Listed Countries of Origin are completed as follows: Bamboo, Beans (yellow, soya & green beans), Chiles, Corn, Pineapples, Rice, Shrimp (aquaculture), Sugarcane & Teak from Burma, and Bricks (hand-made) from Burma & Pakistan. FAR 52.212-1, Instructions to Offeror?s Commercial Items. The provision is amended to read: Offeror shall submit signed and dated offer to USIBWC Acquisitions Office, Attn: Colleen Elliott, 4171 N Mesa, Suite C100, El Paso, TX 79902 by September 19, 2005 at or before 2:00 p.m. local time. Submit signed and dated quotations on company letterhead or quotations on company letterhead or quotation form and marked with solicitation number IBM05Q0048. No proposal will be accepted by email or fax. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. See Note 1
 
Place of Performance
Address: International Boundary & Water Commission, United States & Mexico, US Section, Falcon International Dam, Reservoir Road, Falcon Heights, TX 78545
Zip Code: 78545
Country: USA
 
Record
SN00896632-W 20050917/050915212938 (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.