SOLICITATION NOTICE
F -- Potable Water Testing
- Notice Date
- 10/21/2013
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- ACC- Warren (ACC-WRN)(SIAD), Building 74, Herlong, CA 96113-5009
- ZIP Code
- 96113-5009
- Solicitation Number
- W912GY14T0002
- Response Due
- 11/18/2013
- Archive Date
- 12/20/2013
- Point of Contact
- Melissa Golicz, 5308274836
- E-Mail Address
-
ACC- Warren (ACC-WRN)(SIAD)
(melissa.j.golicz.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK DRINKING WATER, WASTEWATER-SEWAGE LAGOONS and WETLANDS, SWIMMING POOL, MONITORING WELLS, BOILERS, SOILS, TTHM & HAA5, LEAD & COPPER RULE, SPECIAL SAMPLING 1.0DESCRIPTION OF SERVICES 1.1. Scope of Work. The contractor shall provide all labor, materials, equipment and professionalsupervision necessary to collect the required samples and perform analysis of the potable water supply, wastewater sewage lagoons and wetlands, swimming pool, monitoring wells, boilers, soils, TTHM and HAA5, lead and copper rule and special sampling as required at Sierra Army Depot (SIAD) Herlong, California, per the following: 1.2. Collection and analysis of the Potable Water Supply samples shall consist of: The Contractor shall pick up from a Government designated location and analyze required routine and special samples from 12 November 2013 to 30 September 2014, with base year and four option years. The Contractor shall be responsible for supplying all sampling bottles on a weekly or monthly basis to Sierra Army Depot for required and special samples, Chain of Custody's cooler chests and ice packs. The Contractor shall, upon request by the Government, furnish any specialized sampling bottles to include Vials for VOC's and soil sampling jars. The Contractor shall, at the request of the Government, pull any special samples that Government personnel are not familiar with as required by California Department of Public Health (CDPH) and/or State Water Resources Control Board (SWRCB) under the Safe Drinking Water Standards and/or Clean Water Act. The Contractor shall be responsible and required to contact the Water Program Manager within 36 hours after any positive e-Coli or Coliform bacterium sample is discovered. Contractor must be certified by the State of California Department of Public Health. The Contractor shall also be responsible for notifying CDPH at 530-224-4876 on all positive bacteria testing. The Contractor shall, as a requirement of CDPH, add testing results to the California Database for the Public Water System for Sierra Army Depot. The Contractor shall pick up from a Government designated location and analyze three (3) samples for Quanti-Tray Bacteria from SIAD's water distribution system on a weekly basis. Two separate wells will be sampled on a quarterly basis for Quanti-Tray, following the Ground Water Monitoring Rule for two (2) quarterly samples. The Contractor shall pick up from the designated location a minimum of three random and/or special water samples from the distribution system on a weekly basis. Special sampling will be tested for Total Coliform and random samples will be tested for Total Coliform. Treated water from two (2) Wells shall be tested for Iron and Manganese on a quarterly basis. Raw water from two (2) wells will be tested for iron and manganese on an annual basis. Blended water from one (1) well will be sampled on a monthly basis for uranium. The lead ionic exchange unit will be sampled for uranium at one (1) treatment facility on an annual basis, or as determined required 1.3The Contractor shall pick up from a designated location and analyze samples from (2) Wells Annual Nitrate and Nitrite testing. If Nitrates or Nitrites should exceed the Maximum Contaminate Level, the Depot will revise this CLIN to read test for Nitrates and/or Nitrites on a quarterly basis as directed by CDPH. 1.4 The Contractor shall pick up samples from (2) locations at the governments direction and analyze for Annual Disinfection Byproduct (TTHM/HAA5) from SIAD's drinking water, two locations biennially. 1.5 The Contractor shall be responsible for picking up and collection of all samples at a designated area as identified by the government. Contractor shall be responsible for ensuring the collected samples are delivered to the lab on the same day as retrieved. 1.6 The Contractor shall be responsible for delivering completed analysis data as soon as the data is complete and available. The Contractor shall electronically send completed analysis to the Water Program Manager. 1.7 The Contractor shall notify the SIAD Water Program Manager, within 24 hours by calling 530-827-5242, if a SIAD sample test positive or an MCL is exceeded, and notifying California Department of Public Health (CDPH) at 530-224-4876 or Sandi Tenney, sandi.tenney@cdph.ca.gov as specified by CDPH. 2.0. Collection and analysis of Sewage Lagoons and Swimming Pool samples 2.1The Contractor shall be responsible for collecting and analyzing water from three sewage lagoons for Biochemical Oxygen Demand (BOD) and Total Suspended Solids (TSS). Samples shall be collected at the large sewage lagoon system (Cantonment) and small lagoons (Warehouse). Samples shall be taken on a quarterly basis. Analyzed results shall be forwarded to Water Program Manager. 2.2The Contractor shall be responsible for collecting and analyzing water from one large sewage lagoons and the Wetlands for Sodium and Uranium. Cantonment Lagoons shall be sampled on an annual basis for Uranium. Samples shall be collected on a quarterly basis for Sodium from the Wetlands. Analyzed results shall be forwarded to the Water Program Manager. Four (4) samples for Sodium and one (1) for Uranium are required. This is for the Cantonment (large) Lagoons and Wetlands only. 2.3 The Contractor shall be responsible for collecting and analyzing water samples for uranium from a designated monitoring well annually. Analyzed results shall be forwarded to the Water Program Manager. This is for a random Monitoring Well based at the Cantonment (Large) Lagoons. This will be at the discretion of the Regional Water Control Resources Board. 2.4 The Contractor shall be responsible for picking up water samples from the designated location for the SIAD swimming pool, starting the week before Memorial Day through Labor Day. The contractor shall test the pool water for Quanti-tray and Heterotrophic Plate Count (HPC) on a weekly basis. Reports will be sent to the Water Program Manager. 2.5The Contractor shall be responsible for picking up all samples at the sampling locations identified by the government. Contractor shall be responsible for ensuring the collected samples are delivered to the lab on the same day as retrieved. 2.6 The Contractor shall be responsible for notifying the Water program Manager by calling 530-827-5242 if a SIAD sample test positive or an MCL is exceeded. 2.7 The Contractor shall provide an electronic and hard copy, if requested, of all analysis to the COR. 3.0. Lead and Copper Testing/TTHM-HAA5 3.1 The Contractor shall be responsible for delivering the appropriate sampling containers for SIAD personnel to pull ten (10) Lead and Copper samples and two (2) each of Total Trihalomethanes (TTHM) and Haloacetic Acids (HAA5) on a biennial basis. The Contractor shall pick up the samples at the designated location. Analyzed results shall be electronically sent to the Water program Manager. 3.2 The Contractor shall be responsible for the collection of all samples at the sampling locations identified by the government. Contractor shall be responsible for ensuring the collected samples are delivered to the lab on the same day as retrieved. 4.0. Boiler Testing 4.1 The Contractor shall pick up from designated locations and analyze samples per boiler for Conductivity, Nitrite-N Ion Chromatography, Silica-ICP-OES and Total Recoverable Metals-Acid Digestion and pH. Samples shall be collected once a month during winter months (October through April). Analyzed results shall be forwarded to the Water program Manager. Total number of samples per month will not exceed (18). 4.2 The Contractor shall be responsible for the collection of all samples at the sampling locations identified by the government. Contractor shall be responsible for ensuring the collected samples are delivered to the lab on the same day as retrieved. 4.3 The Contractor shall notify the Water Program Manager by calling 530-827-5242, if a SIAD sample tests are abnormally high. 4.4 Providing an electronic of all analysis to the COR, Water Program Manager. 5.0 Miscellaneous Testing 5.1The Government reserves to right to add specialized required sampling to the requirements. The Contractor shall be requested to furnish quotes before work is authorized. 5.2 The Government shall require specialized water or soil samplings, repeat samples for positive bacterial water samples, test results with abnormally increased levels above the Maximum Contaminate Levels (MCL). The Government shall request from the Contractor if the work is within the scope of the Lab. The Government shall request a quote from the Contractor. If the requirement is necessary, the Contractor may use a Sub-Contract Lab for final analysis or for specialized sampling.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/760085e076c6594f853493f0c8ec7bec)
- Place of Performance
- Address: ACC- Warren (ACC-WRN)(SIAD) Building 74, Herlong CA
- Zip Code: 96113-5009
- Zip Code: 96113-5009
- Record
- SN03219251-W 20131023/131021233658-760085e076c6594f853493f0c8ec7bec (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 |