Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

N -- CAR WASH UNIT

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
811192 — Car Washes
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Three Rivers, P.O. Box 4100, Three Rivers, Texas, 78071
 
ZIP Code
78071
 
Solicitation Number
VC0207-1
 
Point of Contact
Cynthia Ann Nolen, Phone: 3617863576712
 
E-Mail Address
cnolen@central.unicor.gov
(cnolen@central.unicor.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTE CLOSING DATE HAS CHANGED TO SEPTEMBER 15, 2011.. SCOPE OF WORK 1.1 GENERAL 1.1.1 The contractor will provide labor, equipment, instruments, materials, transportation, and incidentals required to deliver and install one (1) fully operational equipment wash rack at FCI La Tuna, TX. 1.1.21.1.11 Warranty A. Supplier shall warrant equipment as free from manufactures defects for a period of one year from completion of installation. Supplier will furnish self-contained (with no requirement for direct water & sewer connections) water treatment equipment to be integrated with an above-grade steel wash rack for municipal equipment wash needs. 1.1.3 The supplier will be responsible for all necessary equipment and labor such that system is available for owner use, including any debug and training required for readiness. 1.1.4 The Contractor will be responsible for identifying the necessary logistical, architectural, structural, mechanical and electrical work elements required to install the new systems and assemblies as described herein. Assemblies, framework, fixtures or apparatus not readily identified on plans or the Statement of Work (SOW) will be provided by the Contractor as required for a complete, fully operating and functioning system or systems, ready for use by the Government. 1.1.5 Submittals Supplier will submit system drawings for owner approval in flat and 3D modeling format using Autodesk Inventor or equivalent. Signed approvals shall establish final scope of work and provide baseline for any subsequent field order changes. Supplier shall provide two complete system manuals in hard copy and one in electronic format 1.1.6 Supplier Qualifications The filtration system, wash pad, cleaning devices and electronic controls shall be designed, built and/or integrated by one supplier. Supplier shall have been in the business of supplying wash water filtration and wash pads for a period of not less than ten years. 1.1.7 The wash rack will consist of the following components as a minimum standard. Deviation from the minimum standard will not be considered. A. 18' x 28' drive on/back off design B. Wash Rack shall be "dry deck" design utilizing a minimum of 520 ¾" diameter holes draining to below grade channels which shall direct grey water to center trough (suggested) housing drag conveyor C. (Suggested) Wash rack will include an integrated, perpendicular mounted, drag conveyor for removal of solids. Conveyor shall be 2' in width and 30' in overall length, utilize galvanized chain, include a torque limiter with auto reverse upon stall and travel at 2' per minute. D. Deck must be sloped with no trip hazards such as undulating surface E. Deck shall utilize high traction non-slip surface F. Deck height not to exceed 8" maximum height G. Low angle, 3 degree ramps for drive on/back off H. 90 ton capacity I. Automatic recovery without the use of electrical sump pumps on wash rack J. Center gutter configuration for efficient collection of fluids and contaminants K. Push button controls in NEMA 4 enclosures L. Wash rack to include three 6' high overspray walls with 100% water tight connections M. Operator Controls for High Pressure, High Volume Foamer and Water Cannon N. Hose reels mounted flush to walls of Wash Rack O. (Suggested) Wash Rack will include a below grade 6' wide and 4' long undercarriage wash array with sufficient nozzle quantity and arrangement to clean fixed position mower decks 1.1.8 Water Reclamation System The Water Reclamation system shall be capable of treating wastewater from municipal fleet equipment at a process rate of 30 gallons per minute. Collection and treatment equipment shall be provided by one manufacturer/supplier System shall be modular, requiring minimal assembly and no field fabrication. All equipment shall be pre-tested at OEM facility prior to shipment. Water Reclamation Process Equipment shall include: A. Multi chamber 14 gauge 304 stainless steel settling and oil separation module including inclined plates for solids settling and separation, sloped settling chamber to direct settled solids to automatic purge valve actuated via PLC control, 450 gallon capacity to allow over 4 hours of dwell time, screens to capture floating debris, over/under water flow path in oil coalescing stage with 500 square feet of coalescing material and an automatic oil skimmer with oil storage reservoir. Chamber must include upper and lower float control in final section to allow for water balance. Odor control shall be user-selected using both an automatic PLC-controlled ozone injection system via corona discharge ozone generator and a bio-remediation system (micro enzymes) consisting of a peristaltic pump, O2 injection, manual pH monitoring and manual pH adjust. System shall have a built-in air compressor to operate automatic valves. B. A built-in diaphragm pump to recover wash water from wash pad shall be used. C. In-line grass/leaf removal system capable of separating floating solids from water stream prior to entry into filtration unit. D. High pressure media filter rated to 225 PSI with 7 cubic feet of media in three layers consisting of course stone, fine sand and zeolite. Media filter must be capable of automatic back washing via PLC control timer utilizing air powered valves. Media filter must be capable of removing suspended solids to 25 micron nominal utilizing an ITT Goulds pressure pump. E. Canister styled absolute filtration unit using stainless steel housing capable of 5 micron zero bypass multilayer, non-proprietary depth filter. Unit shall have digital pressure sensor with readout and connection to PLC for auto shut down when filter full and red indicator light to indicate full filter. F. One (1) 500 gallon filtered water polyvinyl holding tanks with sight tubes, high limit float to prevent overflow, auto-refill and clean-out valves. G. Paper roll media shall not be used. H. Installed in customer provided equipment room 1.1.9 Integrated Wash Systems A. 1 each 3000 PSI 4 GPM hot water industrial pressure washer B. 1 each air injected 40 GPM foamer with trigger gun controls C. 1 each 25 GPM @ 125 PSI watercannon for solids removal D. All guns on flush mounted reels with 75' of hose E. All pumps auto start/stop with overrides F. A remote operator control panel allowing for control of water recovery, water cannon on/off, pressure washer on/off/hot as well as filter full indicator light shall be mounted on the wash pad G. Option for systems in and out of equipment room protected from freezing and exposure 1.1.10 Services and spares package A. Installation Assistance, Startup and Training, B. Supplier shall provide two on-site service calls in first year of operation for performance of routine maintenance, additional training and necessary non-warranty repairs on a time and materials basis C. Includes all interconnecting hardware, travel, labor, and per diem. 1.1.11 Warranty A. Supplier shall warrant equipment as free from manufactures defects for a period of one year from completion of installation. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-09-01 10:33:58">Sep 01, 2011 10:33 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-09-08 15:44:23">Sep 08, 2011 3:44 pm Track Changes NOTE CLOSING DATE HAS CHANGED TO SEPTEMBER 15, 2011. SITE VISIT HAS BEEN APPROVED WE WILL BE TAKING CARE OF THE ELECTRICAL CONNECTION TO THE EQUIPMENT. Please Fax quotes to 352-330-8309 or email to cnolen@central.unicor.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FPI-UNICOR/TRV/VC0207-1/listing.html)
 
Place of Performance
Address: Federal Prion Industrials Unicor, 8500 Doniphan Road, Anthony, Texas, 79821, United States
Zip Code: 79821
 
Record
SN02567203-W 20110910/110909000016-3cd855f69c67789f94d0f6f71643ec31 (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.