The RFP Database
New business relationships start here

MNA Head Cover Oil Water Separator


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

McNary Headcover Oil Water Separator

This procurement will result in a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36,500,000.00. The magnitude of construction is between $1,000,000 and $5,000,000. This procurement will be solicited as a 100% Total Small Business Set Aside.


Performance will occur at the McNary Dam located on the Columbia River in Umatilla, Oregon.


The purpose of the project is to make improvements to the oil spill prevention and oil accountability systems at McNary Dam. The intent is to minimize the amount of oil that reaches the sump by separating any oil from water discharged on the main unit head covers. The separation method is replacing head cover pumps with low shear type pumps which will minimize the oil/water emulsification and route pumped discharge through a gravity type oil water separator.


A requirement exists for supply and installation of oil water separators on the 14 main units at the McNary Project. The supply aspect of this requirement includes but is not limited to the following: design; prepare drawings and installation instructions; manufacture and shop test; prepare and load for shipment; deliver f.o.b. destination; and to install, make completely operational, test and commission the oil water separator system.


The work consists of removing and installing 45 to 55 gpm head cover pumps on the 14 units. Additionally, there is a requirement to install a single 700 gpm parallel plate coalescing oil water separator. There is a requirement to install alarms, sensors, and sight glasses to the oil water separator. Also, there is a requirement to install a removable two-stage inlet distribution baffle, adjustable gravity product skimmer pipe, and four by-pass prevention baffles. On-site customer operations and maintenance training by authorized representatives of the new equipment manufacturers will also be required.


Performance and payment bonds will be required for this project. Solicitation documents for Invitation for Bid No. W912EF19B0008 will be posted to the FedBizOpps (FBO) website on or about 15 June 2019. The proposal due date will be contained in the solicitation and any subsequent amendments that may be issued.


A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. Only one site visit is expected to be offered.


Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that are issued.


When issued, the solicitation documents for this project will be available via FedBizOpps.gov or https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Bidders are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.


ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to arlene.c.brown@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.




Arlene Brown, Contract Specialist, Phone 509.527.7220, Email arlene.brown@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP