Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2004 FBO #1081
SOLICITATION NOTICE

S -- Sandy Hook, NJ - Provide licensed wastewater treatment plant operator.

Notice Date
11/9/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Gateway National Recreation Area-HQ 210 New York Ave Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q1775050602
 
Response Due
11/30/2004
 
Archive Date
11/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. This solicitation is open to businesses of all sizes, NAICS 44122. Boat Dealers, with a small business size standard of $6 million. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. TECHNICAL SPECIFICATIONS - LICENSED WASTEWATER TREATMENT PLANT CONTRACTOR - GATEWAY NATIONAL RECREATION AREA, SANDY HOOK UNIT - Part I - Purpose. The purpose of this work order is to enable the National Park Service (NPS) to obtain professional/technical services in the form of an S-3 Licensed Wastewater Treatment Plant Contractor located within Gateway National Recreation Area, Sandy Hook Unit. These services will be accomplished through the NPS's competitive bidding Process. Part II - Requirements. The Wastewater Treatment Plant Contractor must be classified as an S-3 and collection system classification of C-2 pursuant to N.J.A.C. 7:14A-1.14. Pursuant to N.J.A.C. 7:10A-1.10(f), a class 3 treatment system requires a full time Contractor unless exempted pursuant to (f) 1 through (f) 3. The Contractor must comply with all of the requirements of the New Jersey Pollutant Discharge Elimination System "NJPEDS" Discharge to Groundwater "DGW" Permit NJ 0022314 and the New Jersey Water Pollution Control Act N.J.S.A. 58:10A-1 et seq. and the Federal Water Pollution Control Act, as amended 33 U.S.C. 466 et seq.. The Contractor must spend 10 hours per week at the plant to analyze and record all necessary sampling from an authorized certified lab. The Contractor shall be familiar with and shall ensure compliance with all laws, rules, regulations, and license conditions. All system records, current permits, written O&M procedures, log books, computer databases or files or other equivalent records, pertinent documents and correspondence shall be made available upon request by the Department or other controlling agency, and shall be kept in a safe and secure area for a period of five years. Part III - Scope of work. A park employee will take samples of sludge from Aeration Tanks every month. The samples are then transported by the park employee to N.J. Laboratories, New Brunswick, New Jersey. NJ Labs analyzes and records the results from the sample and sends the results back to the park service. The Contractor records those results onto a regulatory DEP form. The form is signed by the Contractor and the Facility Manager for verification and sent to the New Jersey Department of Environmental Protection (NJDEP). A park employee will take a sludge sample once a year from the Reed Beds and transport the sample to NJ Laboratories, New Brunswick, New Jersey. NJ Labs analyzes and records the results from the sample and sends the results back to the park service. The Contractor records those results onto a regulatory DEP form. The form is signed by the Contractor and Facility Manager for verification and sent to the NJDEP. Every quarter a commercial laboratory will visit the park and take RO-1 samples (Samples from final effluent) and will take samples from the five (5) monitoring wells that are located within the proximity to the Sandy Hook Wastewater Facility. They then will analyze and record the results and send the results back to the park service. The Contractor records the results onto a regulatory DEP form. The form is signed by the Contractor and Facility Manager for verification and sent to the NJDEP. Part IV - Schedule of Sampling and Reports. RO-1 Samples and Monitoring Wells: 1st quarter sampling - January 25th, 2nd quarter sampling - April 25th, 3rd quarter sampling July 25th, 4th quarter sampling - October 25th, Sludge Sample - Every month - 25th of month following sample, Sludge Sample - Yearly (twelfth month) -month after the previous year, From Reed Bed. 1.Reproduction: The cost of all reproduction related to submittals required under this contract shall be the responsibility of the Contractor. 2. Other: The cost of all local and long distance telephonic and telegraphic communications initiated by the Contractor in regard to the performance of his services under this contract, all correspondence, drawings, reports, samples, and related matter shall be borne by the Contractor without additional reimbursement by the government. Local and distance correspondence shall be dispatched by first-class mail, or express next-day mail. 3. Security: The safe and undamaged delivery to the Facility Manager of all lab results, field reports, and related documents shall be the responsibility of the Contractor. Part V - Meetings. Site Visits and meetings required under this work order are: 1. Kickoff Meeting: The initial orientation meeting will be conducted at the park on a mutually agreeable date, but in no case less than fourteen calendar days after contract award. This meeting could include time in the field as appropriate, to obtain data and clear up any questions. 2. Progress or Other Review Meetings: Upon request by either party, a meeting will be held at the park or on-site at a mutually agreeable date. Part VI - Materials to be furnished by the Government NPS operations staff will be available to conduct area orientation, and answer questions regarding local utility connections, and past and present uses of the existing system. NPS personnel may also provide limited data from prior sampling. NPS agrees to provide access and right of entry to the site for Contractor and personnel as needed for completion of work. NPS will provide office space for the ten (10) hours per week that are needed to complete any paperwork. Part VII - Designated Officials. Louis Hansen, Facility Manager, Fred Farwell, Foreman for Water and Wastewater Plant PROPOSAL SUBMITTALS Offeror shall provide a written proposal with enough detail to allow adequate evaluation. Prices must be provided for December 2004 thru September 2005, and for four option years from October 2005 - September 2008. Offeror shall also provide, as references, three customers that have purchased similar products. References shall include company name, contact person, phone number, e-mail address, and physical address. References must be available for contact by NPS. Proposals may be considered non-responsive if NPS is not able to readily contact references. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed and submitted with your offer. Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 14, 15, 16, 17, 18, 19, 20, 22, 30, and 31 (if payment by MasterCard is acceptable to the contractor). The deadline for receipt of quotes is November 30, 2004, at 4:30 pm. Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each item, extended price, proposal submittals as detailed above, prompt payment and warranty terms, whether you will accept payment by MasterCard, name, phone number, and address of your point of contact, and a completed copy of FAR 52.212-3. Submit) proposals to: Contracting Officer, Gateway National Recreation Area, 210 New York Ave, Staten Island, NY 11234. Or by FAX to (718) 354-4553. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to download the solicitation, vendors must register at http://www.ccr.gov and at http://ideasec.nbc.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Your company MUST BE REGISTERED IN CCR TO BE CONSIDERED FOR AWARD. Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the cancel this solicitation. Point of contact is Kathy Britton (732) 872-5921.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1650689)
 
Place of Performance
Address: Sandy Hook, NJ
Zip Code: 07732
Country: usa
 
Record
SN00706160-W 20041111/041109212134 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.