The Naval Surface Warfare Center, Indian Head (NSWC IHD) has a requirement to procure 2 advanced oxidation photocatalytic reactors to destroy nitrate esters and other organics dissolved in recirculating process-water sourced from an existing air scrubbing process and 2 reverse osmosis units to remove dissolved salts from a potable water utility make-up water source.
All process-water wet surfaces of the reactor system will be constructed of stainless-steel material that is resistant to water pH as low as 0 from nitrate ions. All seals will be commercially sourced and made from hexafluoropropylene and vinylidene difluoride copolymer materials. The entirety of each reactor system must fit in a contiguous facility floor space area of 0.91m x 1.85m. The reactor systems must be able to be placed back-to-back and be fully serviceable from the freely accessible short end of each reactor with both placed within a total contiguous facility floor space area of 1.52m x 1.85m. The reactor system must be capable of completely mineralizing nitrate esters and other organics present to CO2, H2O, N2, NO3- & resultant minerals. Catalyst materials must not leave the reactor system. Each reactor must be able to control the nitrate ester and organics process-water concentrations to below maximum safe and effective levels during long term continuous operating periods of the existing process. Each reactor system must be able to lower the process-water nitrate ester concentration to a non-detectable level according to State of Maryland standards when running on a closed loop after no more nitrate esters are added within an acceptable period as determined by the NSWC IHD. Each reactor system must be rated at 40-kW or less input power and be compatible with a 240-VAC 3-Phase electrical power feed system. The reactors must include a complete and fully functional stand-alone programmable logic controller (PLC)/human machine interface (HMI) system and historian compatible with the existing facility air scrubber PLC/HMI control system and process-water control elements including necessary alarm and response communications.
Each reverse osmosis system will be a Veolia LT4-2 model capable of producing 2.00-GPM of RO water from 2.67-GPM of potable water or an off-the-shelf equivalent capability system as determined by the NSWC IHD of the same or smaller facility floor footprint and electrical power requirements.
To assure the quality and capability of the contractor, the NSWC IHD has added the following quality assurance requirements. The Contractor must have provided a reactor system of similar design and functionality to another client and that reactor system must have been operational for more than 5 years with an acceptable uptime and repair record as determined by the NSWC IHD. The Contractor must complete a pilot scale process to show that their process can perform the necessary reactions without producing undesirable intermediates using actual process-water depending on availability or an acceptable analog as determined by the NSWC IHD. Contractors who have a proven record with this process, as determined by the NSWC IHD, may be exempted from this requirement.
NSWC IHD will purchase 1 reactor system and 2 reverse osmosis systems as a contract baseline with an option to buy a second reactor system when funding becomes available. The unit of issue will be per system. All equipment will be delivered to the NSWC IHD. Delivery will be set within 10 months of contract award for the first reactor and 2 reverse osmosis systems. The same period will be used for the second reactor system upon exercising the contract option. The contract period will begin at contract award and end after the expiration of all options or once all options have been exercised and fulfilled.