The RFP Database
New business relationships start here

Ballast Water Management System


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation Number:
693JF719R000029 

Notice Type:

Solicitation 

Synopsis:  


This is a solicitation notice pursuant to FAR 36.213-3 announcement for the Department of Transportation/Maritime Administration.  This solicitation is for one (1) BALLAST WATER MANAGEMENT SYSTEM with the following requirements: 

•1.    Must include filtration and produce disinfectant by running an electric current through salt water, otherwise known as electrochlorination (i.e., electrolysis) as its primary method of treatment.

•2.    Must be an in-line full flow treatment system.

•3.    Must have USCG Type Approval.  Not to be operated on chemical or oil carrier (non-EX is sufficient).

•4.    Capable of operating at a flow rate between 100 and 300 cubic meters per hour (m3/hr) with an inlet pressure of approximately 1.5 to 2.0 bar supplied by the ship's ballast pumps.

•5.    Capable of operating when installed below the waterline, and must provide equipment to generate the required operating pressures, e.g., filter backwash booster pumps, if needed.

•6.    Capable of operating in all salinities including fresh/brackish water, and must provide an external brine source, if needed.

•7.    Shall be powered by 440 VAC, 3-phase, 220 VAC, 3-phase and/or 120 VAC, 1-phase.

•8.    In addition to technical support for off-gas venting facilitation, hydrogen and chlorine gas detectors/sensors shall be provided to monitor air quality of equipment and installation space.

•9.    The vendor shall procure a "mafi" or flat rack and mount the system on this structure; the intention of this system is to be used external to the engine compartment(s).  The cost of the "mafi" or flat rack shall be included in the estimate.

•10. Shall be supplied with consumables and spare parts necessary to operate the system for 350 hours at a salinity of 0 to 20 PPT at the type approved treatment rated capacity.  Consumables shall include brine and neutralizing chemicals if required.

•11. Shall be provided with all technical documentation necessary to operate, maintain, and repair the system and shall be in English. At a minimum, technical documentation shall include:

•a.     Technical manuals and operating manuals/procedures

•b.    Technical information specifying the use of the external brine source and the expected consumption rate of brine and other consumables, if provided

•c.     The documentation shall specify all services necessary for the installation and operation of the system including the air, water, and electrical services required

•d.    All interface requirements and mechanical connections

•e.     Recommended number of days required for commissioning

•f.      Records for factory acceptance testing, installation checklist, and commissioning checklist

•12. All drawings showing the system layout, footprint, height, and deck mounting.  The drawings shall also show the locations and sizes of all interface requirements and mechanical connections.  The drawing package shall also include electric cable diagrams.

•13. Include the travel and salary for the system's technical representative for installation and commissioning of the unit aboard the vessel and operator training (not to exceed one-day). 


The Government intends to award a Firm-Fixed Price contract. 

The North American Industry Classification System (NAICS) code for this project is 221310 - Water Supply and Irrigation Systems; The Business Size Standard is $36,500,000.00 in average annual receipts for the last three years.

All interested offerors (prime contractors & subcontractors) should register at www.fbo.gov so that others will know of your interest in participating in this procurement. An Offeror's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the Federal Business Opportunities website. Offerors are advised that they are responsible for obtaining ALL bid documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDOT/MARAD/USMMA.

NOTE 1: All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam/gov/ before award of contract; failure to register in the SAM database will cause your firm to be ineligible for an award.


Bid to include the earliest date available FOB Port Covington, Pier 6, Baltimore, Maryland. 


Award Factors (equal value):

•·       Cost

•·       Date unit available to be delivered 

Contact Dr. Carolyn E. Junemann, 202-366-1920 or Carolyn.junemann@dot.gov. ;

Proposals are due on Thursday, August 29, 2019, at 2:00 pm, Eastern Standard Time, via email to: judy.bowers@dot.gov

Judy Bowers                                      
Sr. Contracting Officer


 


 


Judy Bowers, Sr. Contracting Officer, Phone 2023661913, Email judy.bowers@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP