The RFP Database
New business relationships start here

Monthly Service for Chlorine Dioxide Generator


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

The U.S. Department of Agriculture, Animal Plant Health Inspections Services, Plant Protection and Quarantine Facility in Edinburg, TX is in need of a contract for Chlorine Dioxide Generator maintenance services for a period of 12 months and 4 possible 12 month option periods.

 


1. - Background: Chlorine Dioxide (ClO2) is an extremely powerful oxidant that can be used to improve the aesthetic, chemical, and microbiological quality of drinking water. Chlorine Dioxide generator using Chlorine gas and Sodium Chlorite under vacuum. The proper use of ClO2 can reduce the taste and odor complaints, improve iron and hydrogen sulfide concentrations, and improve the coagulation process at the surface water treatment plant. It does not form halogenated disinfection by-products such as trihalomethanes and haloacetic acids and is a very effective disinfectant. However, elevated levels of ClO2 and its principal by-product, chlorite, can have their own adverse health effects. Consequently, the Texas Commission on Environmental Quality (TCEQ) recommends that only well-operated, high efficiency ClO2 generators are utilized by public water systems.


2. - References: Industry leader in chemical generation of Chlorine Dioxide applications.
Potable water disinfection with Chlorine Dioxide. - Control waterborne pathogens, taste and odor, color, iron and manganese removal.
Removal of disinfection by-products (DBP) precursors with chlorine dioxide.
Control of THMs and haloacetic acids and inactivation of microorganisms by disinfectant.



3. - Objective: Chlorine Dioxide has proved economical and effective when treating water high in ammonia or organic nitrogen and in the destruction of phenol-based causing compounds. Chlorine Dioxide is a primary disinfectant and is effective against viruses, bacteria and protozoa.


4.-Chlorine Dioxide system maintenance. Chlorine Dioxide dosage system operation.
4.1 System check up
• Batch system
• Chlorine flow settings (lbs/day)
• Water pressure to generator
• Eductor GPM
4.2 Preventive maintenance
• Water booster pump
• Chlorine Dioxide solution pump
• Chlorine/Chlorite flush line
• Vacuum test for chlorite tubing
4.3 Event-base maintenance and resolution
• Clean/change chemical supply filter
• Change Eductor seals
• Clean/replace seals on inlet water flow meter
• Check/change seals on remaining components of generator make-up board
• Test Batch tank safety float
• Check alarms and safety solenoids
• Check Batch tank level control settings
• Check operation o all manual valves
• Manually actuate chlorite auto valve and lubricate plug
• Change auto valve seals
• Vacuum test of chlorine tubing. Any loss of vacuum
• Clean Inlet water strainer basket
• Inspect remaining components on batch board


4.4 Verify Generator efficiency
Performed a Chlorine Dioxide Titration

5. - Chemical Supply


Chemical supply of 25% Sodium Chlorite. 55 gallon drums.



Interested sources are encouraged to complete and return Attachment 1 to the contracting office. Telephonic inquiries will not be honored. Please email all questions regarding subject item(s) prior to Sources Sought closing date to Carol.Dingess@aphis.usda.gov. Small Business concerns are encouraged to participate. This is not a request for competitive proposals, but instead a market research method to determine interested sources. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide Duns Number, and point of contact information. The Government will not award a contract based on the information received, nor reimburse participants for information or samples they provide. Information or materials provided is strictly voluntary.


Please Email or Fax or mail Attachment 1 to Carol Dingess at Carol.Dingess@aphis.usda.gov. fx# 970-472-1897 Email is the preferred method of communication. Please be sure to include notice # APHIS-SS-17-805137 on subject line. Telephonic inquiries will not be honored. Closing date for submissions of Statement's of Capability is November 7, 2016 at 4:00PM MT.



The associated North American Industrial Classification System (NAICS) code for this requirement is 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables )
The Small Business Size Category is 750 Employees


 


Anyone doing business with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:
http://fedgov.dnb.com/webform


Anyone wishing to do business with the USDA must be registered in the government's System for Award Management Registrar now known as SAM. You may register on line with http://sam.gov
A prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from a solicitation. Vendors may obtain information on registration and annual confirmation requirements via the SAM database accessed through http://sam.gov or by calling Central Contractors Registration @ 1-866-606-8220


***REGISTRATION IS FREE***


The Government intends to provide all information regarding this notice via this web site . The Federal Government is not responsible for notifications to offerors regarding notices, solicitations or amendments. It is the Vendor's responsibility to check this web site www.fbo.gov periodically for updates. Telephone and email requests will not be accepted


 


Carol R. Dingess, Contract Specialist, Phone 970-494-7360, Fax 970-472-1897, Email carol.dingess@aphis.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP