Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2007 FBO #2152
SOLICITATION NOTICE

66 -- Maintenance Contract for Centralized Deionized Water-Purification Systems

Notice Date
10/16/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center/Nheerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-08-00003
 
Response Due
10/30/2007
 
Archive Date
11/30/2007
 
Point of Contact
Point of Contact, Pamela Smith, Purchasing Agent, Phone (919) 541-0635
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(smith.pamela@epa.gov)
 
Description
NAICS Code: 334516 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-08- 00003 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-20. The Environmental Protection agency (EPA) anticipates that a purchase order will be awarded as a , firm-fixed price purchase order using far FAR Part 13 Simplified Acquisition Procedures . The associated North Industry Classification System (NAICS) is 334516 and the size Standard is 500 employees. This procurement is for the acquisition of a Maintenance Contract for Centralized Deionized Water-Purification Systems for a period of five (5) years (base year and four (4) option years). The contractor shall provide all management, personnel, materials, and labor to perform the work set forth herein in accordance with all applicable industry performance standards, national, state, and local codes, and federal specifications. The contractor shall perform semi-annual maintenance on 10 centralized Deionized water-purification systems, and two single use water purification systems at the U.S. Environmental Protection agency, 109 TW Alexander Drive, Research Triangle Park, NC 27711. The 10 centralized systems were installed in 2002 and have shown to reliably provide water on demand that meet or exceed the American Society for Testing and Materials (ASTM) specifications for Type I reagent-grade water. One single-user system was also installed in 2002 and provides Type I reagent-grade water. The other single use system was installed in 2006 and only provides filration. The contractor must provide continual water quality to each system, which meets or exceeds that which is currently provided. Each of the 10 centrally located systems include: (1) a centralized system of purification tanks, (2) a distribution loop that recirculates the purified water to laboratory points of use, (3) a resistivity monitor to alert users to loss of water quality, (4) an ultraviolet purifier, and (5) automatic shutoffs for high and low pressure. One of the single-user systems includes a smaller series of purification tanks, a resistivity monitor and an ultraviole0t purifier; the other single use system only has filters. For each of the 10 centralized systems, the contractor shall perform the following types of maintenance at each six month interval (except item 6). All tanks/filters are to be supplied and maintenance by the contractor, in the amounts and types that currently exist. (1) Replace the first deionizer working tank with a new tank which has new deionizer material. Rotate the polishing tank to the last working position. The new tank becomes the polisher; (2) Replace the carbon tank with a new tank with new carbon material; (3) Install new prefilter; (4) Sanitize and inspect the system and ensure no leaks at the central system; (5) Ensure that the resistivity meter reads at least 17.5; (6) Install new UV bulb and quartz sleeve ( only at the first maintenance interval, i.e. annually). For the singles user system in Room A198, The contractor shall replace the carbon filter one deionizer tank with new ones with new material, at each six month interval. Annually, the contractor shall replace the UV bulb and quartz sleeve. all tanks/filters are to be supplied and maintained by the contractor, in the amounts, sizes, and types that currently exist. For the single user system in Room A280, the contractor shall replace the carbon filter and the prefilter with new ones, at each six month interval. All tanks/filters are to be supplied and maintenance by the contractor, in the sizes and types that currently exist. The semiannual time periods shall be in December and June. When Performing maintenance, the contractor shall not allow any individual system to be out of operation for more than three hours. Maintenance shall be performed during normal business hours. B. GOVERNMENT RESPONSIBILITIES: The Government will provide contractor access to services corridors and laboratories requiring maintenance of water purification systems. C. DELIVERABLES AND REPORTING REQUIREMENT: Approximately one month prior to maintenance, the contractor shall provides a proposed schedule to the on-site Contracting Officer Representative (COR) for review and approval. The contractor shall make no changes in the proposed schedule without prior verbal approval of the COR. After each scheduled maintenance, the contractor shall deliver a report on each system within seven days to the COR, indicating each item replaced and the statues of each system. D. EVALUATION CRITERIA: A. Technical Capability: Contractor shall have two or more technicians who each have knowledge, experience and have performed maintenance on deionized water systems for a minimum of two years. B. Past Performance: Contractor shall provided three past performance references for work similar to this effort. For each reference identified, include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (includes clients name, telephone number and e-mail), and a descriptions of the system service. C. Price: Contractor shall provided a firm-fixed-price for base year and four options. Price will be evaluate inclusive of options. The government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. Technical, past performance and price are of equal important. Contractors should review the Statement of Work and other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp-cmd. Arrow down to the REQUEST FOR QUOTATION section and click on the solicitation. It will be the contractors responsibility to frequently check the same site where the solicitation is posted for any amendments. The Government intends to award a single purchase order to the responsible vendor whose quotation meet all the required criteria and represents the overall best value to the Government. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. All offers are due by October 30, 2007, 4:30 p.m., by faxed to: (919) 541-1075 or e-mailed to smith.pamela@epa.gov .
 
Record
SN01435191-W 20071018/071016223825 (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  © 1994-2020, Loren Data Corp.