Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOURCES SOUGHT

M -- Elwah Water Treatment Plant(EWTP)/Elwha surface water intake (ESWI) plant maintenance and operation

Notice Date
2/18/2009
 
Notice Type
Sources Sought
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2011090553
 
Response Due
3/5/2009
 
Archive Date
2/18/2010
 
Point of Contact
Nicole Haines Contract Specialist 3039692473 Nicole_Haines@nps.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. The National Park Service (NPS) Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and adequacy of potential SMALL BUSINESS, SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, 8(A) SMALL BUSINESS, WOMEN-OWNED SMALL BUSINESS, HUBZONE SMALL BUSINESS, AND OTHER BUSINESS SOURCES that may be able to provide experienced operators, engineers and support staff to operate and maintain the Elwha water treatment plant (EWTP), Elwha surface water intake (ESWI), and maintain the grounds surrounding the facilities. These facilities are located adjacent to each other and are next to the Washington Department of Fish and Wildlife fish rearing facility on the Elwha River west of Port Angeles in Clallam County, Washington, approximately 2 miles upstream from the mouth of the river. The NAICS Code for this requirement is 221310 with a corresponding size standard of $7,000,000 gross receipts, averaged over the preceding 3 years. (The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in ORCA https://orca.bpn.gov/ 4.1201 - Policy.) In accordance with FAR clause 52.219-14, LIMITATIONS ON SUBCONTRACTING, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This period of performance will be either a base year plus four one year options; or a multiyear contract covering five years of performance. The estimated dollar value is between $5,000,000 and $10,000,000 for the entire 5 years period. The EWTP site is designed to treat water from the ESWI for use in industrial and fisheries applications by removing suspended sediments. Operation of the EWTP will be required to satisfy daily demands of the City of Port Angeles and the Nippon Paper Industries Mill. The plant is designed for a maximum treated water capacity of 37,000 GPM. EWTP consists of an influent pump station, influent/chemical mix tanks, sedimentation tanks, chemical feed and storage building, effluent flow distribution structure, slurry pump stations, office/laboratory building and associated pipelines. The plant will be operated during periods of high sediment release resulting from the future removal of Elwha Dam and Glines Canyon Dam. The ESWI includes a concrete control weir, intake structure, supplemental diversion pump structure, fish screen structure; tunnel; piping; electrical; mechanical; utilities and site work. Mechanical systems include numerous control gates and valves, as well as fish screen cleaning equipment. The electrical system will include a standby generator and SCADA control for monitoring and operating project equipment. Most of the equipment will have several modes of operation: manual, automated, and remote.Operation and maintenance of the Elwha Water Treatment Plant - The operator will participate in the initial startup of EWTP, anticipated in October 2009. The plant will then be shut down until sediment is released during the dam removal which is undetermined at this time. Operation of the plant may be periodic, depending on actual sediment releases. The operator will maintain the plant equipment during the shutdown period(s) and provide startup and shutdown as conditions dictate. During periods when sediment content exceeds the requirements, the contractor will provide all plant operations necessary to supply water quality meeting existing agreements with the water users. The contractor will also provide periodic inspection and maintenance of the Area Flood Protection Levee, including cleaning of culverts, maintenance of riprap, vegetation removal, and other items required by the Army Corps of Engineers maintenance plan. In addition, all cleaning services, grounds maintenance and snow removal of the all facilities and all portions of the project site is required. Operation and maintenance of the Elwha Surface Water Intake Structure - Services include 24/7 operation and maintenance of the fish screen structure, all piping, and mechanical and electrical systems to guarantee water delivery to users. Water delivery must be continuous and cannot be interrupted. Firms responding to this notice must identify their abilities in a narrative format. Information should include whether or not they are a Small Business, certified HUBZone Small Business, certified 8(a) Small Business, certified Small Disadvantaged Business, Women-owned Small Business Veteran-owned Small Business, or Service Disabled Veteran-Owned Small Business. Information should also be included that shows the firm has prior experience operating and maintaining water treatment plants and intake structures; has operators and engineers with experience operating these facilities; and has experience delivering water to end users. The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement on a full and open basis or as a set aside under one of the SBA's small business programs. The NPS does not intend to pay for any information provided under this notice. Point of Contact Nicole Haines, Contract Specialist, Phone 303-969-2473, Fax 303-987-6646, Email: Nicole_Haines@nps.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e182af37cbc5fe1df6343d4545ae0fb2&tab=core&_cview=1)
 
Place of Performance
Address: Near Port Angeles, Clallam County, Washington<br />
Zip Code: 98362<br />
 
Record
SN01752288-W 20090220/090218215731-e182af37cbc5fe1df6343d4545ae0fb2 (fbodaily.com)
 
Source
FedBizOpps 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.