Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

46 -- Reverse Osmosis System

Notice Date
7/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Fort Pierce, 2001 SOUTH ROCK ROAD, Fort Pierce, Florida, 34945, United States
 
ZIP Code
34945
 
Solicitation Number
AG-4232-S-11-AA12
 
Archive Date
8/13/2011
 
Point of Contact
April A Brooks, Phone: 7724625809
 
E-Mail Address
april.brooks@ars.usda.gov
(april.brooks@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-021-4232-10 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-32. The NAICS code applicable to this acquisition is 334516. The small business size standard is 100 employees. This procurement is set aside for small business. CLIN 1 - QTY 1 - Reverse Osmosis System USDA ARS has a requirement for Reverse Osmosis System A pilot scale reverse osmosis unit is needed to test the feasibility and develop a process of concentrating sugar streams extracted from citrus processing waste without fouling membranes. Reverse osmosis requires less energy for concentration of solutions than using heat evaporation for water removal. A system capable of operating at 900 psi pressure and using open tubular membrane design is necessary to minimize membrane fouling and produce sugar concentrations of up to 30% (w/v) in a product. Without concentration, the maximum fermentable sugar concentration that can be obtained from citrus waste is 8 - 10%. The higher concentration extracts will allow higher ethanol yields to be obtained after fermentation and will be more economical to recover. Use of the reverse osmosis unit for sugar recovery and concentration will also allow pectin recovery from the waste materials to provide another value added co-product and further improve process economics for production of ethanol and other co-products for the citrus processing waste stream. Specifications: 1. For reverse osmosis applications system to have positive displacement diaphragm pump with pulsation dampener, wetted parts of buna N elastomers and stainless steel, and capacity to deliver 7.9 gallons per minute (30 liters/minute) flow against up to 900 PSIG 2. System and motor wired for 230/208 V 3 phase operation 3. Includes membrane module 4 ft long to hold membrane cartridges with half inch tubular design to minimize fouling, facilitate cleaning, and minimum 9 sq. ft surface area 4. Reverse osmosis polyamide membrane module supplied rated for use to 850 psi or better, minimum rating for use at 70 ºC, and has 99% NaCl rejection 5. System has capability to accept other membrane modules for utilization of spiral wound and/or microtubular modular cartridges 6. System to include tube in shell heat exchanger to control/maintain fluid feed temperatures with external cooling/heating water supply 7. System provided with digital inlet pressure display from 0-1000 psi inlet pressure transducer, 0-1000 psi outlet pressure gauge, digital temperature display from temperature transducer of 0 - 100 ºC, and 900 psi overpressure relief valve 8. System is installed on a stainless steel frame with free running castors with brakes 9. Fittings and interconnecting pipework constructed of stainless steel or reinforced plastic hose with feed and concentrate stainless steel sanitary tri-clamp connections 10. Control panel system mounted on frame in NEMA4 housing with start and stop (emergency stop) buttons 11. System control to include variable frequency drive in NEMA4 housing for flow control 12. System control to include automatic backpressure regulator to provide and maintain settable (0 - 900 psi) system pressure Shipping is to be included. Evaluation of quotations will be made based on price and suitability of equipment to meet the needs of the research unit. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer or credit card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, 52.225-33. All sources wishing to provide a quotation must respond by 5:00 PM, July 26, 2010. Quotations should be addressed to USDA Agricultural Research Service, 2001 S. Rock Road, Fort Pierce, FL 34945. POC April Brooks, Contracting Officer, 772/462-5809. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, photographs, descriptive material, and capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. The anticipated award date is July 27, 2010. All responsible sources may submit a quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/496110a09cd182e38d0159b7a4476f2a)
 
Record
SN02505544-W 20110722/110721004751-496110a09cd182e38d0159b7a4476f2a (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.