Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

M -- Combined Synopsis/Solicitation for Navajo-Gallup Water Supply Project - Pilot Testing

Notice Date
8/26/2011
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R11PA81507
 
Response Due
9/23/2011
 
Archive Date
8/25/2012
 
Point of Contact
Paul Pierson Contract Specialist 3034452440 ppierson@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION, Navajo-Gallup Water Supply Project - Pilot testing 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) for the installation, operation, and maintenance of a pilot water treatment plant for the Navajo-Gallup Water Supply Project near Farmington, NM. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The solicitation is available for Full and Open Competition with a preference for HUBZone and Service Disabled Veteran Owned Small Businesses (SDVOSB), the associated NAICS code is 221310 - operating water treatment plants and/or operating water supply systems. This combined synopsis/ solicitation is for the following commercial items: Contract Line Item Number (CLIN): Install, Operate, and Maintain Pilot Water Treatment Plant near Farmington, NMDelivery Date:The contractor shall have a period of performance of 5 November 2011 - 4 November 2012. A site visit to the test site will be conducted the morning of 8 September 2011. To participate in this site visit, contact Paul Pierson at ppierson@usbr.gov no later than 6 September 2011. Participation in the site visit is not mandatory to participate in the competition. All Services associated with this effort must be performed in accordance with the following: 1.0 INTRODUCTION: 1.1The Bureau of Reclamation (Reclamation) is a water management agency with a combined total of 600 dams and/or reservoirs in the 17 western states. Reclamation is the largest wholesaler of water in the country and second largest producer of hydroelectric power in the western United States. 1.2The federally authorized Navajo-Gallup Water Supply Project (NGWSP) will withdraw approximately 40 million gallons per day (mgd) from the San Juan River for treatment and distribution of potable water to downstream users on the western half of the project. There is a need to perform pilot testing to identify and optimize water treatment processes because the clarity and organic material of the river changes significantly on a monthly basis. 2.0 SCOPE:2.1 The site for the pilot water treatment plant is located between Farmington and Shiprock, NM, immediately upstream of a Public Service Company of New Mexico (PNM) diversion intake structure near Fruitland NM. The pilot test facility will be located on PNM property. 2.2The pilot test facility will be comprised of multiple individual treatment skids from different vendors to compare their operation and performance. A minimum flow per individual treatment skids per train will be set nominally at 20 gpm product flow. The Contractor shall furnish, install, operate, and maintain up to 3 treatment trains for a period of approximately 6 months. At the conclusion of testing, the Contractor shall remove the pilot test facility and restore site to its pre-testing condition.2.3The objectives of the pilot test facility are to: 2.3.1 Identify and optimize operating criteria for a water treatment process treating the San Juan River that meets the Safe Drinking Water Act's (SDWA) Surface Water Treatment Rules. Up to three different pilot treatment trains shall be piloted, two of which shall utilize hollow fiber MF/UF membrane filtration preceded by pre-sedimentation and enhanced coagulation. See Attachment 1, section 6.2.1 for details of the MF/UF membranes. The operating criteria shall be obtained for each train and for the full range of river water quality piloted. Optimized operating criteria shall be obtained by varying the influent conditions and noting the short and long term operating results of the equipment piloted. 2.3.2 Obtain raw water quality sampling data on river solids during two challenge periods (See Attachment 1 section 2.3 for defined challenge periods); 2.3.3 Obtain solids thickening information (volume, chemical make-up, rate of drying, and disposal costs) from solids removed in the first 2 months of piloting. This information will be used by Reclamation to design drying beds or another method of sludge thickening; 2.3.4 Perform bench scale disinfection by-product formation potential testing to determine the level of organic matter removal required to meet SDWA limits if the treated water is mixed with chlorine;2.3.5 Obtain water quality, stability and treatment recommendations to protect existing distribution systems when NGWSP water mixes with local community groundwater. 2.3.6 Obtain Construction, Operations and Life Cycle Cost Estimates - Base estimates on the results of piloting, or recent costs estimates from jobs of similar size and scope. These costs estimates shall be for all of the pilot-tested treatment trains including the equipment recommendations for disinfection and post treatment stabilization.2.3.6.1 Construction Cost Estimates - Prepare construction cost estimates for all piloted treatment trains, at AACE level 3, for a 24 mgd water treatment plant and its future expansion up to 40 mgd. Include disinfection and solids handling and disposal. Exclude river intake and power delivery costs.2.3.6.2 Operations and Maintenance Costs - Prepare estimates of annual O&M costs for both 24 and 40 mgd wtp including disinfection and solids handling and disposal. 2.3.6.3 Life Cycle Cost Analysis - Using the above cost estimates, analyze all alternatives piloted over a 40 year life. Demonstrate which treatment train results in the best value. 2.4 Instructions on conducting the pilot test study are contained in Attachment 1, Technical Detail and Instructions, NAVAJO-GALLUP WATER SUPPLY PROJECT, 2012 SAN JUAN RIVER PILOT. 3.0 FIRM/PERSONNEL QUALIFICATIONS: Only firms with a minimum of 5 successfully completed surface water pilot tests need apply. Firms must be able to demonstrate their past experience in performing pilot testing and bench scale studies on particle and organic matter removal. Minimum qualifications for personnel assigned to this project should include demonstrated relevant past experience in the area of pilot testing of surface water. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. **Interested Offerors shall contact Paul Pierson at ppierson@usbr.gov to receive the following additional solicitation data: 1)Performance Work Statement (PWS) 2)Full Instructions to Offerors3)Evaluation Criteria4)PWS Attachments 1-55)PWS Exhibits A-G6)DOI/BOR Specific Terms and Conditions The provision at 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. The Government will award a single fixed-price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price considered:(a) 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:(i) Technical Approach of the Offeror in accordance with the Government requirement;(ii) Price;(iii) past performance;(iv) small disadvantaged business participation; Hubzone & Service Disabled Veteran Owned Small BusinessesTechnical and past performance, when combined, are significantly more important than cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Provision) Supplemental Evaluation Data:1.0Evaluation Criteria: The following shall be evaluated when determining the most qualified Contractor for award. Technical capability is more important than the other three criteria.1.1Technical: The offeror's technical expertise and knowledge in the areas of test pilot projects of similar or like nature as described in narrative and evidenced by the past performance provided with the proposal. (1) The offeror's understanding of the scope of the work;(2) The approach proposed to accomplish the objectives of the contract(3) The availability and competence of experienced personnel;(4) The offeror's experience (IAW section 3.0 of the PWS).(5) Value added for the testing of a 3rd treatment train (optional)NOTE: Proposing a 3rd train does not increase the Offerors technical capability rating unless the approach provides a significant benefit to the Government. Failure to propose a 3rd train will not negatively affect technical proposals. 1.2Past performance ratings will be obtained from Past Performance Information Retrieval System (PPIRS) and other sources and evaluated. Also, the offorer is to submit past performance information of work that is relevant in scope, and recent (within the last two (2) years). Contractor shall provide references with contact information for points of contact. 1.3Management Approach: The management approach used on similar projects and the proposed approach for this project. 1.4Quality Control: An overview of the quality control measures proposed.1.5Schedule: The proposed schedule: 1)The number of days required for optimization (ability to be set up and running NLT 15 Feb 2012), and;2)The ability to meet the pilot completion target of 30 August 2011, and;3)The ability to deliver the final report/presentation in a timely manner. 2.0 Basis for Award: Award will be made to the offeror whose proposal represents the most advantageous method for the Government to meet the objectives outlined in the PWS. Technical factor 1.5 is considered more important than factors 1.1 through 1.4; technical evaluation factors 1.1 through 1.4 are of equal importance. Technical evaluation factors and past performance, when combined, are significantly more important than price. Award may not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. The Government may reject any or all offers if such action is determined to be in the best interest of the Government. The offeror must include with the offer a completed copy the Online Representations and Certifications Application (ORCA), which is the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause applicable to the acquisition are b(9), b(20), b(21), b(22), b(23), b(31), b(34), and b(39). Offers are due no later than 12:00 p.m. (noon) Mountain Time, 23 September 2011, via hard copy (in accordance with the Instructions (attached) to Paul Pierson. Offers must include the following: company name, company address, point of contact, point of contact phone number, DUNS number, and tax id number, itemized proposal in accordance with the attached Instructions inclusive of ALL costs associated with the effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5762cf53a7141604f707a855d86680d6)
 
Place of Performance
Address: Fruitland, NM
Zip Code: 87417
 
Record
SN02551305-W 20110828/110826235427-5762cf53a7141604f707a855d86680d6 (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.