Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2015 FBO #4895
SOURCES SOUGHT

K -- To perform water analysis on two of our Biological Testing Facilities, determine if it is possible at a reasonable cost, to recycle the waste water from inside the facilities, then provide a plan to do so, and execute the plan.

Notice Date
4/18/2015
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-15-T-0015
 
Response Due
4/28/2016
 
Archive Date
5/28/2016
 
Point of Contact
Patricia S Natividad, 435-831-3429
 
E-Mail Address
MICC - Dugway Proving Ground
(patricia.s.natividad.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources to provide the following: 1. Special Programs Division requires a contractor to come in and analyze our biological processes, propose a solution, purchase and install the equipment and provide training to achieve the most efficient and cost effective means to recycle the water in our facilities. 2. Location: A remote site is close to West Desert Test Center (WDTC), Dugway Proving Ground (DPG), Dugway, UT 84022. The procurement of waste water self-contained recycling system will be installed more than 10 miles from the main gate. Contractor must adhere to Army Regulations; AR 525-13, Antiterrorism and AR 530-1, Operations Security as described in section 8. Please provide a capabilities statement along with the input for the Sources Sought. 3. Background: The facilities are used to grow bacterial, simulated toxins and viruses, all of which are non-hazardous to humans. The facilities have no human waste, all waste generated is part of the Biological production and research process. 4. Scope: The end state of this effort is two waste water recycling systems which reduce water use at Special Programs Divisions' biological testing facilities by 75% which is at the moment approximately 90,000 gallons per year. This effort will require waste water analysis, design and build, and training on systems which capture, treat and re-introduce waste water into a biological production system. The processes use approximately 5000 to 10,000 gallons of water per week but only run on the average of 12-18 times per year. The reason the systems are not ran quite as much as needed is due to the lack of water and the cost of having water and waste water shipped to and from the sight. We would like if possible and practical to capture as much of the waste water and reuse it. Examples of waste are steam blow down, biological process waste such as BSL-1 bacterial waste and basic cleaning product waste. The bacterial waste is treated with pool shock and then sent holding tanks. All of the waste within the facilities is sent to the same tanks. There is excess room within one of the facilities for a large amount of additional equipment; however the other facility may not have the sufficient space to house a recycling system. The result we would like is to have at the minimum the same quality water going back into the system with as minimal affluent as possible. There is a Tooele water quality report included which should give the target water quality we are looking for. There is also a PowerPoint with explanation of the water system in place. Both systems are very similar and should give an idea of the existing system. We understand that after the end of the analysis that it may not be either feasible or cost effective to recycle the water. We are also including PDF versions of the facility that is not included within the PowerPoint however the systems and the wastes produce are very similar. 4, The work will be done on Dugway Proving Ground, the period of performance will be from_tba to_tba_ and there are no security clearance requirements however, no foreign nationals will be allowed on the project and all that enter will be required to sign a non-disclosure agreement. Performance requirement: 1. Analyze the water and waste water systems with resolution within 30 days of award of contract. 2. Develop a plan to recycle the waste water to a state to where it can be put back into the system therefore reducing the total water consumption of the facilities. The plan must include a detailed cost estimate with parts, equipment and labor. It must also include a set of PI&D's and a timeline for completion of the project. 3. The Contractor shall provide installation for water recycling system. The contractor shall make any modifications within existing system to ensure the proper operation of the water recycling system; install the water recycling system and test for proper operation. 4. The Contractor shall provide training for waste water recycling systems. If both systems are identical the contractor is only required to provide training for one system, if there are any differences training on both of the systems will be trained.5. eCMRA reporting. 6. The contractor shall comply with all federal, state and local code involving environmental concerns. Deliverables: Water Analysis report, P&ID, Estimated water reduction explanation, Cost estimate including materials and labor, timeline for completion, and waste water recycling system. Other pertinent information please read: A determination on the contract type, mechanism for procurement, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 562211. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Governments chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army, Dugway Proving Ground, (Patricia Natividad, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 10:00 AM MST (local prevailing time at U.S. Army Dugway Proving Ground, Utah), April 28, 2015 via email patricia.s.natividad.civ@mail.mil), The point of contact concerning this sources sought action is Ms Patricia Natividad, Contract Specialist at email patricia.s.natividad.civ@mail.mil. Please email the above address for existing system design and layout.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6bcab9a14a66b9b26545e00c8ce65944)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03704017-W 20150420/150418233020-6bcab9a14a66b9b26545e00c8ce65944 (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.