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