Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOURCES SOUGHT

Z -- Vehicle Wash System Inspection, Maintenance, Repair, and Monitoring, Nationwide

Notice Date
5/14/2010
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-10-R-0034
 
Archive Date
7/6/2010
 
Point of Contact
Walter L Gordon, Phone: 843-329-8082, Henry Wigfall, Phone: 843-329-8088
 
E-Mail Address
walter.l.gordon@usace.army.mil, henry.wigfall@usace.army.mil
(walter.l.gordon@usace.army.mil, henry.wigfall@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Vehicle Wash System Inspection, Maintenance, Repair and Monitoring, Nationwide The U.S. Army Corps of Engineers, Charleston District, has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA), Certified 8(a), HUBZone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237110. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. Project Information: The intent of this solicitation is to provide planned maintenance (PM), inspection, repair, and remote monitoring of thirty six (36) reclaim (no discharge) vehicle wash systems at Marine Corps Reserve Centers located throughout the continental United States. Each reclaim vehicle wash system includes either an in-ground concrete wash pad with a grit chamber connected to an in-ground sediment pit or collection tank or a portable steel wash rack with a side gutter to collect wash effluent. Effluent from the sediment pit, collection tank, or gutter is pumped to the reclaim system housed in the reclaim container. Wash effluent entering the reclaim system passes through an oil water separator (OWS) and then passes through a series of filters before finally being stored as clean water in the clean water storage tank. Water from the clean water storage tank is used to power either diesel or gas powered pressure washers. At several sites, a high solids removal (HSR) system is installed to remove heavy solids before final wash by the pressure washers. Effluent from the sediment pit or collection tank is pumped at relatively high volume, low pressure, to HSR hose reels and/or spray bars which is used to remove heavy solids. All sites have a remote monitoring system which allows remote users to ascertain the status and condition of the reclaim system, oil water separator, air compressor, chemical levels, process tank levels, temperature and PH of process water and container air temperature, and many other program logic controller (PLC) inputs and outputs. The remote monitoring system sends daily status report (analog data received by the PLC, graph and trending reports) via E-mail. The remote monitoring system communicates to its remote users via a GPRS cellular modem. The system also has a user interface for on-site users. Remote users are allowed to change all input parameters, outputs, and reporting functions. The requirements are as follows: PM, Control and Electrical Systems - distribution (conduit/conductors), switches, flow meters, float and level switches, lighting, pressure and temperature transducers, transformers, panel boards, and control and telemetry panels PM, Mechanical Systems - air compressors, air conditioners, heaters, filtering equipment (including changing filtering media), hose reels (including hoses and nozzles). OWS, valves, pumps, and piping PM, Structural Systems - Portable wash pads and sediment removal from wash pad grit chambers or gutters, lift stations, sediment pits, collection tanks, and OWS Inspection (provide status of condition) - Wash pads, reclaim container, sediment pits, collection tanks Service Calls - Respond to routine and emergency service calls Back Flow Preventers - Provide annual certification by state approved contractor •· Remote monitoring - Provide monthly GPRS cellular modem service to allow for communication between each site remote monitoring system and the Preventative Maintenance Contractor's home office. Maintain monthly data log reports. Shall own (or have license) Rockwell Automation Micrologix 500 and SLC 500 software and have available a technician who has been trained to read and program the software. Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 50% of the contract either itself, or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The Contractor shall provide Performance and Payment Bonds within five (5) calendar days after award. The contractor shall begin work within five (5) calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project will be specified in the solicitation. If the contractor fails to complete the work within the specified number of days, the contractor shall pay liquidated damages to the Government in the amount specified in the contract. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Charleston District, Contracting Office, Attention: Walter Gordon, Jr. 69A Hagood Avenue, Charleston, SC 29403, Phone (843) 329-8082. The e-mail address for Walter Gordon, Jr. is Walter.L.Gordon@usace.army.mil. Response must be received no later than 2:00 P.M. Eastern Standard Time, on 21 Jun 2010. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, or Service-Disabled Veteran Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount). 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, or other Small Business. 6. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence installing water and sewer line and related structures work. Provide documentation for your firm on past or similar efforts as a prime contractor. 7. Submission Requirements: Firms submitting responses shall provide information on the most recent up to three projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort, and other references. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HUBZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-10-R-0034/listing.html)
 
Place of Performance
Address: 69A Hagood Avenue, Charleston, South Carolina, 29403, United States
Zip Code: 29403
 
Record
SN02150973-W 20100516/100514235826-19c79ae3f59b2717f0a6bd949b97619f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.