Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
DOCUMENT

Z -- FRC Industrial Waste Water Treatment (IWWT) System Replacement, Jacksonville, Florida - Attachment

Notice Date
2/26/2016
 
Notice Type
Attachment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
Solicitation Number
N694504258139
 
Response Due
3/25/2016
 
Archive Date
3/26/2016
 
Point of Contact
Kathryn A. Rice
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified Small Business with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The scope of the proposed project is for the replacement and upgrade of Industrial Waste Water Treatment (IWWT) systems at the Fleet Readiness Center, Southeast (FRCSE) located at the Naval Air Station, Jacksonville, Florida: Replace and upgrade the Industrial Waste Water (IWW) treatment systems for aircraft and component chemical stripping, cleaning, plating and conversion coating. The IWW consists of rinse water and concentrated waste water from operations at two facilities at two NAS Jacksonville facilities. The anticipated Scope of work under this project includes but is not limited to the following: 1.Install a new Advanced Oxidation Process (AOP) and ceramic ultra-filtration system to remove paint chips, residues, oils, suspended solids and bacteria and to reduce Chemical Oxygen Demand (COD) of the IWW. 2.Install new pump tanks, oil/grease filters, and modify or replace piping to receive stripping and plating IWW and remove the oil/grease components. 3.Replace multiple transfer pumps. 4.Install new polishing resin systems, including 10 and 25 micron bags filters, pumps and controls for IWW treatment. 5.Install new sodium hypochlorite tanks and metering pumps for biological control. 6.Install new and/or modify existing piping. 7.Install new main electrical switchboards. 8.Install new instrumentation and control devices on existing and new equipment. 9.Integrate multiple PLC through networking and interface with a Supervisory Control and Data Acquisition (SCADA) system. 10.Removal and disposal of obsolete and abandoned equipment in multiple buildings. 11.Remove an existing Fenton reactor system including chemical feeds (ferrous sulfate, hydrogen peroxide), solids processing systems and associated structural steel platforms and supports. 12.Removal of multiple heat exchangers. 13.Replacement of an existing Reverse Osmosis DI water system. 14.Removal of existing chillers and installation of one new packaged chiller system. 15.Commissioning of all equipment and controls systems. 16.Install new rinse water pump tank skids for acid/alkaline and chromium waste waters. 17.Install membrane floor covering over the concrete under an operational plating shop. 18.Install new resin system to remove low concentrations of hexavalent chromium from waste water. 19.Add overflow pump tank and modify piping and controls for an existing Continuous Precipitation System (CPS). 20.Replace an existing filter press to dewater solids generated from the CPS. 21.Install new metering pumps on various chemical feed systems (sulfuric acid, sodium hypochlorite, sodium bisulfite, and sodium hydroxide) systems. 22.Replace electrical panels throughout the waste treatment buildings. 23.Repair concrete pads and flooring to match existing conditions after equipment removal. Seal the floors with chemical resistant coatings in areas damaged by construction. 24.Provide PLC based automation system including a distributed PLC network architecture along with a central control center. The controls project shall include PLC programming and HMI configuration following a detailed controls narrative and P and IDs. Included shall be support for factory acceptance testing of all PLCs and HMIs, network integration/configuration, onsite commissioning and start-up support, per ANSI/ISA -62381-2011 (Factory Acceptance Test, Site Acceptance Test and Site Integration Test), and ANSI/ISA-62382-2012 (Automation Systems in the Process Industry “ Electrical and Instrumentation Loop Check. 25.The project will require construction phasing to maintain continuous operations in an operational industrial waste treatment plant within an industrial area. Long lead materials must be identified and integrated into a comprehensive construction plan with minimal facility downtime. 26.Material laydown areas are limited and a detailed logistics plan will be required. The contract will be for a term of 330 days after notice to proceed. The estimated cost of construction for this project is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) Code is 236210 with a Small Business Size Standard of $36.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Government is currently restricting their search to all Small Businesses ™ that are capable of performing this project. The Government invites SBA certified Small Business from all socioeconomic categories contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references. Respondents must include references and a capability statement for a minimum of three (3) to a maximum of five (5) projects that meet the specific capabilities listed below: Projects completed as a prime contractor working in a chemical processing facility that demonstrates the capability to replace and upgrade plating, chemical stripping processes and treating concentrated industrial waste water and rinse water. Demonstrate experience with environmental compliance, life safety, building codes and recognized standards. Installation and removal of existing tanks, piping, pumps and controls. Phasing of construction to maintain current treatment operations. Specific relevant experience includes: 1.Work within an operational chemical processing facility. 2.Phased projects that minimize disruptions to operations 3.3 projects of similar size, scope and complexity in the last 7 years. 4.Construction size>$5M 5.Scope “ Multidiscipline process renovation and construction involving batch and continuous operations using decentralized PLC process control with a SCADA monitoring system 6.Additional consideration will be given to projects involving industrial waste treatment 7.Controls system programming of PLC based interfaces, multiple building integration, including multiple scenario control options and HMI/PLC screen development. Respondents shall provide a list of projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the specific capabilities listed above. Each reference shall include the company name and title, telephone number, and point of contact. Contractors shall provide evidence of sufficient available bonding capacity. Evidence shall include the name, telephone number and point of contact of respective bonding company; your maximum bonding capacity per project; and your maximum aggregate bonding. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Please respond to this announcement no later than 25 March 2016, 2:00 pm EST via email to Kathryn A. Rice at kathryn.rice@navy.mil. The subject line of the email shall read: FRC Industrial Waste Water Treatment (IWWT) System Replacement, Jacksonville, Florida. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0fc0a6beb82b45e8d734284f05aae570)
 
Document(s)
Attachment
 
File Name: N694504258139_02-18-2016__FRC_WWTP_SOURCES_SOUGHT_INFORMATION.docx (https://www.neco.navy.mil/synopsis_file/N694504258139_02-18-2016__FRC_WWTP_SOURCES_SOUGHT_INFORMATION.docx)
Link: https://www.neco.navy.mil/synopsis_file/N694504258139_02-18-2016__FRC_WWTP_SOURCES_SOUGHT_INFORMATION.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAS Jacksonville, Jacksonville, Florida
Zip Code: 32212
 
Record
SN04032582-W 20160228/160226234430-0fc0a6beb82b45e8d734284f05aae570 (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.