SOLICITATION NOTICE
M -- SYNOPSIS_Water Treatment Systems at Farish Memorial Park
- Notice Date
- 10/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-06-T-0002
- Response Due
- 11/4/2005
- Archive Date
- 1/11/2006
- Small Business Set-Aside
- Total Small Business
- Description
- Greetings! 1. This Synopsis acts as a Presolicitation Notice for solicitation number FA7000-06-T-0002, which falls under NAICS code 562219 (Other Nonhazardous Waste Treatment and Disposal) and is classified under Federal Supply Code (FSC) M294 (Operation of a Government Waste Treatment System). This requirement is for SMALL BUSINESS interest only. Please see the Statement of Work (SOW), less its appendices, noted below, for a description of the requirement. 2. This acquisition is for the procurement of a commercial item using simplified acquisition procedures in accordance with FAR Parts 12 and 13. 3. SITE VISIT: A site visit (reference FAR clause 52.237-1) will be held with respect to this requirement on Wednesday, 8 Nov 05. Participants of the Site Visit will meet at the Pass and ID building located at the South entrance of the USAF Academy by 9:00 AM on 8 Nov, as transportation will be provided (site visit will take place at Farish Park and will begin once we arrive, appx. 10:00 AM). Please note the following: a. RESERVATIONS: To ensure adequate transportation and seating is available, reservations must be made to Ms. Lana Skinner via e-mail at Lana.Skinner@usafa.af.mil (the preferred method) or via phone call to 719-333-6572, no later then 2:00 PM Mountain Time (that?s 4:00 PM Eastern Time) on Friday, 4 Nov 05. If you respond after this day and time, your reservation may not be accepted (please be timely!) -> Each offeror is limited to two people per company to attend the site visit. b. FORMAL COMMUNICATIONS: Note that formal communications, such as questions dealing with requests for clarification and/or information concerning this requirement may be answered during the site visit. However, please write them down on a piece of paper, with your name and contact information (e-mail address and phone number), and hand the written question(s) to Ms. Skinner. She will consolidate all questions/answers (Q&A) and ensure they are posted on FBO for your review after the site visit. -> Note that the Contracting Office is under no obligation to acknowledge, respond, or make any SOW changes if the question(s) are not written down and handed to Ms. Skinner during the site visit. Note that you can turn your questions in to Ms. Skinner prior to the site visit, by e-mailing them to her at Lana.Skinner@usafa.af.mil NLT 2:00 PM Mountain Time (that?s 4:00 PM Eastern Time) on Friday, 4 Nov 05. c. OTHER: Upon arrival to the USAF Academy?s Pass & ID building, ensure you have valid identification. Also, please note that personal vehicles will not be authorized on the site visit. STATEMENT OF WORK FOR SERVICING, INSPECTION, AND MONITORING OF THE WASTEWATER TREATMENT SYSTEM AND THE POTABLE WATER DISINFECTANT SYSTEM AT FARISH MEMORIAL PARK UNITED STATES AIR FORCE ACADEMY COLORADO October 2005 TABLE OF CONTENTS PARA DESCRIPTION PAGE 1. Description of Services 1 1.1. Wastewater Treatment System (East Facilities) 1 1.2. Wastewater Treatment System (West Facilities) 1 1.3. Potable Water 2 1.4. Reports 2 1.5. Licensing Requirements 2 2. Government Furnished Property and Services 2 2.1. Facilities 2 2.2. Utilities 3 2.3. Security Forces and Fire Protection 3 3. Contractor Furnished Items and Services 3 3.1. Material Approval Submittal 3 4. Performance of Services During Crisis Declared by the National Command 3 Authority or Overseas Combatant Commander (Appendices are withdrawn) Appendix A Farish Memorial Park Map Appendix B Farish Septic Tank System Appendix C Farish Septic Tanks/Leach Fields #1 and #2 (Typical Plan) 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, vehicles, equipment, and labor to perform the servicing, inspection, and monitoring of the Farish Memorial Park (Appendix A) wastewater treatment systems and the potable water disinfectant systems. The contractor shall monitor the wastewater treatment system and the potable water disinfectant system to ensure maximum efficiency and performance. These systems service two (2) lodges, the dining facility, the caretaker?s quarters, and the conference and camping center. Services shall be provided seven (7) days a week to include holidays. 1.1. Wastewater Treatment System (East Facilities). The absorption beds serving the east facilities are dosed at four (4) hour intervals daily during the months of June, July, and August and one (1) dosage per day during the months of September through May. The absorption beds shall be inspected daily for surface wet spots and physical damage. If surface seepage occurs, the contractor shall divert water flow from beds at distribution box(es). The contractor shall survey and make recommendations to the contract monitor as to cause and what type of repairs may be required. Vertical pipes in each absorption bed shall be opened in September of each year to determine proper operation of the absorption beds. The contractor shall check distribution boxes annually to make certain they are level and functioning as designed. 1.1.1. Lift Station. The contractor shall adjust and set water level sensors in the wet wells to obtain maximum time between each dosage. The wet wells shall be inspected daily and shall include overall appearance, sensors, and pumps. Four (4) times annually, every three (3) months, the operator shall adjust sensors for seasonal variation flow. The contractor shall check both pumps daily to make certain they function. Should one (1) pump fail, the operator shall contact the contract monitor for repair. If commercial power failure occurs, the contractor shall contact the facility caretaker so emergency power generator can be started. 1.1.2. Septic Tanks (Appendix B). Roughing septic tanks and primary septic tanks shall be inspected every six (6) months to determine the depth of sludge and scum. When total thickness of sludge and scum in roughing and primary septic tank combined is greater than three (3) feet the contractor shall notify the contract monitor so that pumping of septic tanks can be scheduled and accomplished. The holding tanks shall be inspected annually to determine the depth of sludge and scum. If the force main is stopped due to freezing, the contractor shall contact the contract monitor to have the roughing septic tanks pumped until force main is thawed. 1.2. Wastewater Treatment System (West Facilities). This system includes four (4) septic tanks that feed an infiltrator absorption bed system serving the duplex lodges, multi-purpose building, and shower facility. 1.2.1. System Capacity. The contractor shall record the average and maximum daily flows for each month of operation in a logbook, provided by the contractor. The contractor shall notify the contract monitor within 24 hours at (719) 333-3053 if the average daily influent flow to the septic system exceeds 3,950 gallons per day or if the maximum daily flow capacity for each system exceeds 5,925 gallons per day. 1.2.2. Septic Tanks (Appendix B). The contractor shall inspect the scum level and sludge level in each septic tank at least once per month in order to know when the particular septic tank needs to be pumped. If the scum mat is within three inches of the bottom of the outlet baffle, the contractor shall remove the scum within 24 hours of finding. 1.2.3. Leach Field (Appendix C). The contractor shall inspect the leach field monthly. The water level shall be determined in the ?inspection pipes? and recorded in the logbook by the contractor. The log book is kept at Building 502. The contractor shall immediately notify the contract monitor at (719) 333-3053 if any seeps are found coming from the sides of the leach field or if there is any ponding occurring on top of the field. The contractor shall inspect sewage lines from all manholes in the system at least once every two (2) months and record the findings in the logbook. 1.3. Potable Water. The contractor shall inspect, adjust and maintain all chlorination equipment. The contractor shall also record in the log book the measurement of the finished water turbidity, after filtration as required by the Colorado Department of Public Health and Environment (CDPHE) Primary Drinking Water Regulation. The contractor shall also complete CDPHE Chlorine and Turbidity Report and submit report to CDPHE by the 10th day of each month. The report shall also be included in the monthly system report due by the 5th day of each month to the QAP. The contactor shall perform necessary maintenance to the filtration units to ensure maximum performance and water quality. 1.3.1. Soda Ash System. Maintenance of the soda ash system shall be measured for temperature, pH alkalinity and copper (mg/l). PH must stay between 7.0 and 7.5. and copper must stay below 1.0 mg/1. The contractor shall record in a logbook the amount of soda ash solution fed into the system and must maintain the proper level of soda ash. If limits on pH and copper are not met the contractor shall notify the contract monitor within 24 hours of finding. The contractor shall notify the contract monitor of any repairs required to the soda ash system within 24 hours of finding. The soda ash shall be provided by the contractor. 1.3.2. Potable Water Disinfectant. The contractor shall inspect the potable water disinfectant level. Sodium Hypochlorite (NaOCl) shall be added to the water in the container as required to maintain a chlorine residual of 1.0. ppm free available chlorine at the farthest point in the distribution system. NaOCl shall be furnished by the contractor. Discrepancies shall be noted and reported to the contract monitor at 333-3053 and the USAF Academy Wastewater Treatment Plant at 333-3334 within 24 hours of finding. 1.4. Reports. The contractor shall maintain and submit a report of operation for the wastewater and potable water systems. The reports shall be maintained daily and submitted to the contract monitor monthly. A copy of the reports shall be maintained on-site at Farish at Building 502 to be made available to the State of Colorado Department of Public Health and Environment (CDPHE) for inspection. Report shall be submitted not later than the 5th day of the subsequent month. 1.4.1. Wastewater Reports/Logbook. The contractor shall log the date and time of each septic tank pumping and the amount of volume removed. In addition, the contractor shall record the date and time of repair or replacement of any major equipment. The contractor shall record the date and time of inspections conducted on septic tanks and absorption beds. The contractor shall record the average daily influent flow and the maximum daily flow for the west wastewater system. Reports shall include descriptions of findings, unusual events, to include weather conditions, visitor?s complaints, accidents related to the disposal systems(s), and daily wet well inspections, to include overall appearance, sensors, and pumps. 1.4.2. Potable Water Report. The contractor shall log inspection dates, times, and findings of soda ash system and water disinfectant system(s). The contractor shall include meter readings, water usage, NaOCl in tank, NaOCl added, NaOCl used, Na2OC3 in tank, Na2OC3 added, Na2OC3 used, pH level, Cu-mg/1, ALK-mg/1, CI2 residual and temperature. 1.4.2.1. The contractor shall sample the West Facility once every month and the East Facility shall be sampled once every quarter. The original report shall be included in the monthly system report submitted to the QAP by the 5th day of each month. 1.5. Licensing Requirements. 1.5.1. The contractor shall maintain a Colorado State Class ?D? Water Certification and a Class ?D? Sewage Certification. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide, without cost, the following: 2.1. Facilities. None. 2.2. Utilities. The government will furnish electrical power, water, and sewer service at no cost to the contractor during performance of this contract. The contractor shall carefully conserve all furnished utilities. 2.3. Security Forces and Fire Protection. 3. CONTRACTOR FURNISHED ITEMS AND SERVICES. Except for those items or services specifically stated to be government furnished, the contractor shall furnish everything required to accomplish work in accordance with this Statement of Work. 3.1. Material Approval Submittal. Prior to contract start date, the contractor shall submit to the Contracting Officer for approval, a list of each item of supply, material, or equipment to be used. This list shall be made on an AF 3952, Chemical Hazardous Material Request Authorization and shall include the Material Safety Date Sheet (MSDS). The government shall provide the AF Forms 3952 to the contractor at contract award. 4. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. Emergency Services: The contractor may be required to provide services at any time and in addition to the work described in this Statement of Work to support an emergency. Such work shall be negotiated separately.
- Place of Performance
- Address: USAF Academy's Farish Memorial Park, Woodland Park, CO
- Record
- SN00922980-W 20051030/051028211931 (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 |