Mississippi Bids > Bid Detail

Annual Water Treatment Service with 4 option year pricing

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159114928671247
Posted Date: Apr 25, 2023
Due Date: Apr 27, 2023
Solicitation No: 12405B23Q0215
Source: https://sam.gov/opp/83973a90e2...
Follow
Annual Water Treatment Service with 4 option year pricing
Active
Contract Opportunity
Notice ID
12405B23Q0215
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 25, 2023 11:56 am CDT
  • Original Published Date: Apr 13, 2023 08:55 am CDT
  • Updated Date Offers Due: Apr 27, 2023 04:00 pm CDT
  • Original Date Offers Due: Apr 25, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 12, 2023
  • Original Inactive Date: May 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F103 - ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    Mississippi State , MS 39762
    USA
Description View Changes

Questions and Answers.



Q1: What is the average condensate return percentage?



A1: we have no idea what the condensate return percentage is for bldg..1- probably 0 since this is a closed loop system.



Q2: What is the water volume of the chilled water system and Boilers.



A2: We have no idea what the closed loop capacity is in bldg.1



Q3: Are all cooling towers on a combined sump or condenser water system or are they separate (1 tower per chiller)?



A3: we have no cooling towers



Q4: Is there a cooling tower makeup water (city or well) analysis available?



A4: We have no cooling towers.



Q5: What is the cycle count in the cooling towers?



A5: We have no cooling towers.



Q6: Please list all treated systems you have, e.g., boilers, cooling towers, closed loops, etc.



A6: 2 hot water boilers and one chiller- all run on the same loop since this is a two pipe system.



Q7: If cooling towers are present, provide number of towers, tons of each, average annual run time, and approximate load?



A7: We have no cooling towers.



Q8: If boilers are present, provide number of boilers, HP/steam rate lbs./hr. of each, average annual run time, and approximate load?



A8: 2 hot water boilers so there is no steam traps or blowdown features- run 140 degree water temp.



Q9: If closed loops are present, provide number of hot and cold loops, approximate volume of each, approximate gallons each is refreshed with annually due to leaks?



A9: 1 loop- two pipe system- no leaks unless a repair is made and water needs to be drained.



Q10: For any systems to be treated are their specific chemicals desired, e.g., nitrite or molybdate for closed loops, phosphate/sulfite/amine program for boilers?



A10: whatever you decide to use by your knowledge and the instructions in the SOW.



Q11: Is there water analysis for the source water (well/city/other)?



A11: possibly from the city itself but nothing on location.



Q12: Any other water analysis, such as softened water, Reverse Osmosis water, boiler water, cooling water?



A12: N/A



Q13: Can an identifying list of past chemicals used, be provided and the approximate annual usage of each?



A13: This is not available.



Q14: Are there any account specific treatment needs affecting the offerings of the bid that can be disclosed? e.g., specialized pH adjusters used, alkalinity boosters, wastewater treatment, or specialized biocides?



A14: None that we are aware of.



Q15: Will any control or feed equipment be needed? e.g., cooling tower/boiler controllers, chemical pumps, pot feeders, corrosion racks, blow down valves, etc.?



A15: Control or feed equipment needs to be determined by the company presenting the estimate.



Q16: What service frequency is desired? Monthly, weekly, other?



A16: monthly as stated in the SOW.



Q17: Can you please provide the cooling tower tonnages and average loads (Building 14 and 41)? Annual water usage data for each would also suffice?



A17: Building 14, 41; has a 30 ton tower on the west side of the building and a 50 ton tower east side of building. I have no water usage data. They probably run at ¾ capacity.



Q18: Can you please provide the estimated cooling tower system volumes (Building 14 and 41)?



A18: The volume would be a out right guess after measuring all the piping.



Q19: Can you please provide the average pounds/hour of steam for the steam boilers (Building 16, 20, and 21)? Annual water usage data for each would also suffice?



A19: Building 16 is the feed mill. It does not operate every day. The load when in operation is dependent on the type of feed being made. Building 20 steam boiler mostly is in operation only in winter. Depending on the setpoints of the study and outside conditions it can sit at almost idle for a study. Building 21 being a 300,000 btu boiler is almost all it can do during the winter on trial. I have no water consumption data for any of these.



Q20: Can you please provide the estimated closed loop volumes (Building 1 closed loop, Building 12 hot/chilled, Building 13 hot/chilled, Building 20 chilled, Building 21 hot/chilled, Building 22 hot)?



A20: The volume of the chill/hot water loop for the buildings would be a guess.



Q21: What is the frequency of service? (Example: quarterly for all systems?, quarterly for closed loops and monthly for towers/boilers?, etc.)



A21: In the past all systems checked monthly for chemical.



Thsi solicitation is being extended until 04/27/2023 at 4:00CST.



This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B23Q0215 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 325998 (All Other Miscellaneous Chemical Product and Preparation Manufacturing), with a small business size standard of 500 Employees.

USDA, ARS, CHPRR



150 Twelve Ln



Mississippi State, MS 39762



Is looking for procurement of Annual Water Treatment Services with 4 Option Years that fits into the associated Statement of Work.



The Government anticipates award of a Firm Fixed Price contract.

Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meet all parts of the Statement of Work. Also, please provide past performance information.





A site visit is scheduled for Tuesday April 18th 2023, at 9:00 AM. Please send the name of the company and the names of the personnel requesting to attend to lynn.hults@usda.gov by 3:00 PM on April 17th 2023.





Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).

Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED.

The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance.

INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.

The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting



Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions



Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.242-15 Stop-Work Order; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes – Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register. All invoices shall be submitted and paid electronically.

Quotes must be received no later than April 25, 2023, 4:00pm Central Standard Time.

Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Monday April 21, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >