Huber Technologies Disc Filter RoDISC 2700/30

Agency:
State: Hawaii
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159071659986111
Posted Date: Dec 21, 2023
Due Date: Jan 5, 2024
Source: Members Only
Follow
Huber Technologies Disc Filter RoDISC 2700/30
Active
Contract Opportunity
Notice ID
N62478PRP22FY2401
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC HAWAII
Office
NAVFACSYSCOM HAWAII
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Dec 21, 2023 11:47 am HST
  • Original Response Date: Jan 05, 2024 12:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J046 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 221320 - Sewage Treatment Facilities
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

Notice of intent to use a brand name product.



The Naval Facilities Engineering Systems Command, Hawaii (NAVFAC Hawaii) is conducting market research to determine if other potential products/services can provide a disc filter unit that has equal performance and listing/approval requirements as the Disc Filter RoDISC 2700/30, manufactured by HUBER Technologies, 1009 Airlie Parkway, Denver, NC USA 28037. The alternate product/service must meet the following requirements/specifications:



Required Functionality. The alternate product/service must meet the following requirements/specifications:






  1. Be compatible with the HUBER RoDISC 2700/30 to reduce potential for reliability issues and operator confusion.

  2. Provide spare parts for the HUBER RoDISC 2700/30 to reduce potential for reliability issues and operator confusion.

  3. Provide effluent that complies with NPDES Permit HI No. 0110086 and federal, local, and state regulations.

  4. The electrical system and components of the disc filter system must comply with applicable UFCs, FCs, and federal, local, and state regulations.

  5. Operate within the hydraulic grade line of the existing WWTP.

    1. Systems that require additional pumping to meet the hydraulic grade do not meet the WWTP requirements.

    2. Maximum water level differential at Peak Design Flow rate between disc filter unit inlet and disc filter unit outlet = 100 millimeters.



  6. Each disc filter unit must provide adequate capacity for the following flow conditions:

    1. Average Flow = 1.33 million gallons per day (MGD)

    2. Average Design Flow = 4.33 MGD

    3. Peak Design Flow = 10 MGD



  7. Meet the following design specifications:

    1. Average Design Influent Total Suspended Solids (TSS) Concentration = 25 mg/L

    2. Maximum Design Influent TSS Concentration = 45 mg/L

    3. Required Effluent TSS Concentration = Less than 5 milligrams/liter Total Suspended Solids for influent less than 25 milligrams/liter; Less than 10 milligrams/liter Total Suspended Solids for influent less than 45 milligrams/liter.



  8. Fit within the confines of a basin with dimensions of 32 feet x 16 feet (length x width).

  9. Provide materials of construction that are corrosion resistant to coastal areas with seawater infiltration and groundwater intrusion.

  10. Provide automatic high-pressure (>90 psi) backwash spray system.

  11. Provide the capability to plumb the influent & effluent outlet of the disc filter system (i.e. submerging the disc filter system in the effluent is not acceptable).





Material Specification Requirements: Disc filter units must meet the following:




  1. Filter Mesh

    1. Required filter mesh size = 10 microns

    2. Filter mesh material = polyester or similar corrosion resistant material



  2. Supports = 316L stainless steel construction

  3. Anchor Bolts = M12, 316L stainless steel

  4. Disc Filter = 316L stainless steel construction; pickled and passivated in acid bath



This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes, or invitation of bids or award a contract.



Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system. Technical response shall be typed, at least 11 point Times New Roman or larger, single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format. Also, provide company information and point of contract (name, title, email, phone, mailing address). In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs.



The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement. Please do not submit your company brochure. The Government reserves the right to disregard any submittal that is incomplete or vague.

Please submit complete information and specifications to Rebekah Stranges via email at rebekah.s.stranges.civ@us.navy.mil no later than 12:00 P.M. Hawaii Standard time on 05 January 2023. Information received after the due date/time will not be considered. Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately.


Attachments/Links
Contact Information
Contracting Office Address
  • 400 MARSHALL RD
  • PEARL HARBOR , HI 96860-3139
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 21, 2023 11:47 am HSTSources Sought (Original)

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 >