Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

M -- Operations and Maintenance of Elwha Water Facilities

Notice Date
2/16/2017
 
Notice Type
Presolicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P17PS00029
 
Archive Date
8/16/2017
 
Point of Contact
Darrin Knapp, Phone: (303) 969-2055, Patti Auten, Phone: (303) 987-6689
 
E-Mail Address
darrin_knapp@nps.gov, patti_auten@nps.gov
(darrin_knapp@nps.gov, patti_auten@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Park Service, Department of the Interior, intends to issue a solicitation on or about March 3, 2017 for performance of the work described below. Electronic documents will be made available free of charge with the solicitation on www.fbo.gov. Paper copies of the solicitation will not be made available. This procurement is being conducted under full and open competitive procedures and is a commercial service. The proposed NAICS code for this acquisition is 221310 Water supply and Irrigation Systems with a size standard of $27.5 Million. Facilities to be operated include the Elwha Surface Water Intake (ESWI) and the Temporary Diversion Pumping Facility (TDPF). Unless otherwise expressly stated herein, the Contractor shall furnish all contract management, planning, supervision, administration, personnel, materials, chemicals, tools, equipment, supplies, transportation, facilities and anything else necessary for the operation and maintenance (O&M) of the Elwha Water Facilities - Intake System (EWFIS). EWFIS shall be managed, either on-site or remotely, on a continuous twenty-four (24) hour, seven (7) day a week basis, as provided in this statement of work. If EWFIS is managed remotely, Contractor shall maintain the ability for real-time command and control of the entire facility, and shall be located so as to be able to arrive on-site within 30-minutes as required for proper O&M. EWFIS is comprised of the Elwha Surface Water Intake (ESWI), Plant Bypass Waterline (PBWL), Effluent Vault System (EVS), Lower Crown Z Road (CZR), Temporary Diversion Pumping Facility (TDPF), and Area Flood Protection (AFP). O&M of the EWFIS shall be performed in accordance with applicable Federal, State, and local laws and regulations; industry standards and Best Management Practices (BMPs); system and component manufacturer's instructions and recommendations; and pertinent National Park Service (NPS) and the Elwha Water Facilities (EWF) Standard Operating Procedures. ESWI provides untreated water to the WDFW salmon-rearing channel, the Lower Elwha Klallam Tribe Hatchery, the City of Port Angeles water system, and the North Overflow Vault and Bypass Channel. The Contractor shall coordinate daily with the end users by phone, with written email follow-up, to meet their water flow rate requirements, which may vary daily. The Contractor shall provide a Water Delivery Report recording the water quantities delivered to each end user. The new operations contractor will likely participate in the joint turnover from the previous operations contractor for a period after the date of the Notice-to-Proceed. The contractor will provide all plant operations necessary to supply the required quantity of water at the quality necessary to meet existing agreements with the water users. The contractor will also provide periodic inspection and maintenance of the Area Flood Protection Levee, including the cleaning of associated 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 water intake and treatment facilities includes 24/7 operation to guarantee water delivery to users. Water delivery must be continuous and cannot be interrupted. The cost range for the project is from $350,000 - $500,000 for the Base Year - approximately $1.0 Million for Base and Option Period. The estimated Period of Performance is from April 2017 - April 2018 with possibility for one one-year option period. TYPE OF ACQUISITION: A negotiated firm-fixed price commercial contract is anticipated to be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability, past performance, subcontracting plan (if required) and price to determine the best value (trade-off process) to the government. The government reserves the right to award without discussions. SERVICES MAGNATUDE for this project is estimated to be between $350,000 - $500,000 per year. The contract period will be for a 1 year base contract and the possibility to extend the term of the contract by exercising options evaluated at the time of award if deemed to be beneficial to the Government. The contract will include one (1) option year period. It is anticipated that the new contractor must have all qualifications and submittals turned in and ready to begin operation of the plant in April 2017. Proposal receipt date is anticipated to be 30 days after the issuance of the solicitation. Offers will be considered from all responsible and responsive businesses. A preproposal conference and site visit is tentatively scheduled to be held on March 14, 2017. Interested parties are urged to attend this meeting to ascertain existing work conditions. Actual detailed instruction for attending the preproposal conference, to include dates and registration procedures required to attend will be included in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00029/listing.html)
 
Place of Performance
Address: Elwha Water Facilities, Port Angeles, Washington, United States
 
Record
SN04405016-W 20170218/170216234412-0a5c88fd363b0ac13694da42941af034 (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  © 1994-2020, Loren Data Corp.