Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1997 PSA#1778

USDA Forest Service, Mt. Baker-Snoqualmie National Forest, 21905 64th Avenue W, Mountlake Terrace, WA 98043

R -- PROFESSIONAL ENGINEERING SERVICE FOR ANALYSIS, EVALUATION AND DEVELOPMENT OF DESIGN ALTERNATIVES FOR UPGRADING AND EXPANSION OF EXISTING QUINAULT WASTEWATER TREATMENT PLANT SOL SOL R6-5-97-03-O POC Contact Ronald Cason, Contract Specialist, 360/956-2471 Professional engineering services related to the investigation, evaluation and recommendation for system upgrades of the wastewater treatment system at the Quinault Ranger District, Quinault, WA on the Olympic National Forest. Work will include PART A: Provide inspection and evaluation of the performance, condition and remaining service life of the existing facility. Provide recommendations on the operation, upgrade needs and suitability for continued utilization of the facility for the next twenty years at design operating capacity and any short term upgrading needed within the next two years. Recommendations shall consider the planning to be performed for system expansion of wastewater treatment and disposal capacity in Part B. (1) Perform an effluent quality study of the peak flow impacts on solids carryover to the drainfields. (2) Perform physical inspection of the drainfield absorption trenches, install ground water monitoring wells and perform ground and surface water testing. Evaluate the drainfield treatment and disposal performance and determine if there are potential adverse ground or surface water impacts. (3) Perform a physical inspection and condition survey of the existing wastewater treatment plant. Evaluate the treatment plant performance using the procedures and methodology for a Comprehensive Performance Evaluation (CPE) as documented in the EPA Handbook Retrofitting POTWS (EPA/625/6-89/020). Evaluate performance as measured against initial design criteria. Provide recommendations for plant upgrade needs to achieve initial design capability if necessary, recommendations for capital investments for next two year period and recommendations for abandonment or capital improvements for the plant and drainfield for use over the next twenty year planning period. Utilize the Composite Correction Program (CPE in same EPA Handbook) approach as appropriate in preparing the recommendations. (4) Perform a condition survey and testing of the existing pump stations, gravity lines and force mains. Estimate and evaluate infiltration and inflow based on actual field observation, measurement and testing. (5) Prior to finalizing evaluations and recommendations, an onsite inspection with appropriate State and County permitting personnel shall be arranged for review and an eventual approval of a discharge permit. PART B: (1) System expansion. Evaluate a minimum of three wastewater treatment and three disposal alternatives that intregally will comply with regulations. Assume year-round use by 11 residences and all of the commercial hookups. Assume a 300 day occupancy for the remaining residences. (2) Use of existing system. Any expansion should consider, to the extent possible, the existing system of collection lines, force mains and pump stations. Wherever possible any new facilities should be placed in existing openings and along travelways. Engineering services shall include condition surveys, testing, preparation of design criteria, alternative analysis, life cycle economic cost analysis and preparation of an engineering report. Alternative decision analysis shall be in a comparative format showing objective and subjective evaluations and recommendations for Forest Service alternative selection. Design criteria shall include hydraulic flows and organic loading for average daily, weekly and monthly periods and peak or maximum daily flows. The engineering report shall address all items in WAC 173-240-060. The services shall be performed by or under the direct supervision of a professional engineer registered in Washington. Reports and other products shall be stamped by the responsible professional discipline. The following criteria will be applied in evaluating firms for contract award. CRITERIA REQUIRED BY FEDERAL ACQUISITION REGULATIONS (FAR) 36.602-1(a): (1) Professional qualifications necessary for satisfactory performance of required services (e.g., licensed, registered or certified in the States required); (2) As contained within this criterion, specialized experience and technical competence of the firm (including a joint venture or association) for each type of service required and knowledge of material/equipment suppliers and state of the art construction methods. (a) Civil and sanitary engineering skills -- emphasis on experience and knowledge in state of the art design of small (under 100,000 gpd) wastewater treatment plants, particularly the extended aeration, activated sludge treatment process and the successful installation of such plants and utilities in accordance with the regulations and guidelines of EPA, Washington State Department of Health and local authorities; (b) Electrical engineering skills -- emphasis on knowledge and experience with NEC, NESC, IES, NEMA standards and design guidelines, NFPA, state and local codes and state of the art design practices for commercial and industrial control systems for wastewater treatment plants. Experience in industrial process control design, along with associated facilities designs and construction experience for sewerage control systems. Experience performing detailed construction designs with control system schematic diagrams, drawings and specifications, as opposed to packaged system designs is expected, though construction design services are not required as part of this contract. (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (5) location in the general geographical area of the project and knowledge of the locality of the project (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project); (6) Computer-assisted design and drafting (CADD) capability and capacity using Autocad (tm) compatible software, spreadsheets, word processing, civil/mechanical/electrical systems design software programs; (7) Adequacy of facilities for performance of the work, including those necessary to provide specialized services that may be required; (8) Volume and nature of present workload as it relates to ability to perform the work required; (9) Experience and qualifications of proposed key personnel, including specialized technical skills, project coordination and management skills and experience in working together as a team; (10) Availability of additional contractor personnel or consultants to support expansion or acceleration of the project. CRITERIA REQUIRED BY FOREST SERVICE ACQUISITON REGULATIONS (FSAR) 4G36.602-1(a): (11) Volume of work under previously awarded Forest Service contracts. (Evaluation of the volume of work previously awarded by the Forest Service, with the objective of effecting an equitable distribution of contracts among qualified A-E firms, including minority firms, that have not had prior Forest Service experience); (12) Subcontracting with certified 8(a) or other small disadvantaged businesses (that is, potential contractors who are subcontracting, or will subcontract, with certified 8(a) or other smalldisadvantaged businesses). These firms will continue to receive preference until small business goals have been met. (GAO decisions B-223059 and B-223243); (13) Proposed use of "recovered materials" (FAR 23.402) or other technical methods which show a superior approach in use or disposal of materials. Interested firms shall submit Standard Form 254, Architect-Engineer and Related Services Questionnaire, to provide information concerning the firm's general qualifications; and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to provide more detailed information concerning qualifications specific to this project. Responses are due 4:30 P.M., local time, March 25, 1997. Envelopes containing SF-254 and SF-255 submittals in response to this ad should place the following in the lower left hand corner of the envelope: R6-5-97-03-O, Quinault Sewage Treatment Plant Analysis, Due 4:30 P.M., March 25, 1997. SIC for this project is 8712. (0036)

Loren Data Corp. http://www.ld.com (SYN# 0064 19970207\R-0008.SOL)


R - Professional, Administrative and Management Support Services Index Page