Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19, 2000 PSA #2750
SOLICITATIONS

S -- SERVICING,INSPECTING,MONITORING WASTEWATER TREATMENT SYSTEM AND POTABLE WATER DISINFECTANT SYSTEM/FARISH MEMORIAL PARK

Notice Date
December 15, 2000
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315
ZIP Code
80840-2315
Solicitation Number
F0561101Q6007
Response Due
December 27, 2000
Point of Contact
Ronald Hudgins, Contracting Specialist, Phone (719) 333-4054, Fax (719) 333-4404, Email ronald.hudgins@usafa.af.mil -- John Peters, Chief, Construction Element, Phone (719) 333-2735, Fax (719) 333-4747, Email
E-Mail Address
Ronald Hudgins (ronald.hudgins@usafa.af.mil)
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request For Proposal (RFP), solicitation number F0561101Q6007. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. The Standard Industrial Classification Number is 8744, the North American Industrial Classification System Number is 561210, and the business size standard is $5M. The proposed purchase contract is a small business-small purchases set aside. Women owned businesses are encouraged to submit offers. The United States Air Force Academy, CO has a requirement to contract for the servicing, inspection, and monitoring of the operations of Farish Memorial Park, wastewater treatment system and potable water disinfectant system.. Subject systems service two lodges, the dining facility, the caretaker's quarters, and the conference and camping center, located north of Woodland Park , Colorado. The contractor shall provide all personnel, equipment, transportation, tools, materials, supervision, and other items or services necessary to monitor the wastewater treatment systems and the potable water disinfectant systems to ensure maximum efficiency and performance. Services shall be provided seven (7) days a week , to include holidays. The contractor shall provide the following supplies with estimated annual usage as indicated with cost included in quoted prices for the basic and option periods: Soda ash, 50 lbs; calcium hypochlorite (HTH), 40 lbs; The contractor shall provide certification that the contractor has possession of a Colorado State Class "D" Water Certification and a Class "D" Sewage Certification. The contractor shall provide a Quality Control Plan that will be used during the performance of this contract. Services are FOB Destination, Farish Memorial Park, CO. A site visit can be arranged by contacting Mr. Lawrence A. Salas, 10th CES Contract Services, 719-333-3575. Provide quote for CLIN 0001: Service, inspect, monitor the operations of the Farish Memorial Park wastewater treatment system and the potable water disinfectant system during the Basic period 1 JAN 2001, or date of award, whichever is later thru 31 DEC 2001 (12 months). Quantity. 12 Months Unit Price: $__________/Month; Extended Amount: $__________. CLIN 0002: Service, inspect, monitor the operations of the Farish Memorial Park wastewater treatment system and the potable water disinfectant system during the 1st option period 1 JAN 2002 thru 31 DEC 2002 (12 months). Quantity. 12 Months Unit Price: $__________/Month; Extended Amount: $__________. CLIN 0003: Service, inspect, monitor the operations of the Farish Memorial Park wastewater treatment system and the potable water disinfectant system during the 2nd option period 1 JAN 2003 thru 31 DEC 2003 (12 months). Quantity. 12 Months Unit Price: $__________/Month; Extended Amount: $__________. CLIN 0004: Service, inspect, monitor the operations of the Farish Memorial Park wastewater treatment system and the potable water disinfectant system during the 3rd option period 1 JAN 2004 thru 31 DEC 2004 (12 months). Quantity. 12 Months Unit Price: $__________/Month; Extended Amount: $__________. CLIN 0004: Service, inspect, monitor the operations of the Farish Memorial Park wastewater treatment system and the potable water disinfectant system during the 4th option period 1 JAN 2005 thru 31 DEC 2005 (12 months). Quantity. 12 Months Unit Price: $__________/Month; Extended Amount: $__________; Total Amount $__________ Additional requirements follow: Wastewater System (East Facilities): The absorption beds serving the East Facilities are dosed at four (4) hour intervals daily during the summer and one (1) dosage per day during the winter. The absorption beds shall be inspected daily for surface wet spots and physical damage. If surface seepage occurs, the contractor shall divert water flow from beds at distribution box(es). Contractor shall survey and make recommendations to the contract monitor as to cause and what type of repairs may be required. Vertical pipes in each absorption bed shall be opened in September of each year to determine proper operation of the absorption beds. The contractor shall check distribution boxes annually to make certain they are level and weirs function as designed. Lift Station: The contractor shall adjust and set water level sensors in the wet wells to obtain maximum time between each dosage. The wet wells shall be inspected daily and shall include overall appearance, sensors, and pumps. Four (4) times annually, every three (3) months, the operator shall adjust sensors for seasonal variation flow. The contractor shall check both pumps daily to make certain they function. Should one (1) pump fail, the operator shall contact the contract monitor for repair. If commercial power failure occurs, the contractor shall contact the facility caretaker so emergency power generator can be started. Septic Tanks: Roughing septic tank(s) and primary septic tank(s) shall be inspected every six (6) months to determine the depth of sludge and scum. When total thickness of sludge and scum in roughing and primary septic tank(s) combined is greater than three (3) feet the contractor shall notify the contract monitor so that pumping of septic tank(s) can be scheduled and accomplished. The holding tank(s) shall be inspected annually to determine the depth of sludge and scum. If the force main is stopped due to freezing, the contractor shall contact the contract monitor to have the roughing septic tanks(s) pumped until force main is thawed. Wastewater System (West Facilities): This system includes four (4) septic tanks that feed an infiltrator bed system serving the duplex lodges, multi purpose building and shower facility. System Capacity: The contractor shall record the average and maximum daily flows for each month of operation in a logbook. The contractor shall immediately notify the contract monitor at (719) 333-3053 if the average daily influent flow to the septic system exceeds 3,950 gallons per day or if the maximum daily flow capacity for each system exceeds 5,925 gallons per day. Septic Tanks: The contractor shall inspect the scum level and sludge level in each septic tank at least once per month in order to know when the particular septic tank needs to be pumped. If the scum mat is within three inches of the bottom of the outlet baffle, the scum shall be removed. When removal of scum is required, the contractor shall notify the contract monitor for scheduling. Leachfield: The contractor shall inspect the leachfield monthly. The water level shall be determined in the "inspection pipes" and recorded in the logbook by the contractor. The contractor shall immediately notify the contract monitor at 719-333-3053 if any seeps are found coming from the sides of the leachfield, or if there is any ponding occurring on top of the field. The contractor shall inspect sewage lines from all manholes in the system at least once every two months and record findings in the logbook. Potable Water: The contractor shall inspect, adjust and maintain all chlorination equipment, to include the newly installed pellet machine. Soda Ash System: Maintenance of the soda ash system shall be measured for temperature, pH alkalinity and copper (mg/l). PH must stay between 7.0 and 7.5. and copper must stay below 1.0 mg/1. The contractor shall record in a log book the amount of soda ash solution fed into the system and must maintain the proper level of soda ash. If limits on pH and copper are not met the contractor shall notify the contract monitor immediately. The contractor shall notify the contract monitor of any repairs required to the soda ash system. The soda ash shall be provided by the contractor. Potable Water Disinfectant: The contractor shall inspect the potable water disinfectant level. Calcium Hypochlorite (HTH) shall be added to the water in the container as required to maintain a chlorine residual of 1.0. ppm free available chlorine at the farthest point in the distribution system. HTH shall be furnished by the contractor. Discrepancies shall be noted and reported to the contract monitor at 333-3053 and the USAF Academy Wastewater Treatment Plant at 333-3334. Chemicals: The contractor shall submit Air Force Form 3000 "Material Approval Submittal" along with Material Safety Data Sheets for approval of all chemicals to be used to the Contracting Officer prior to the start of the contract. The approved chemicals shall be stored in Building 511, in approved government furnished lockers. Transportation of chemicals shall be accomplished in accordance with the Department of Transportation Regulations. Reports: The contractor shall maintain and submit a report of operation for the wastewater and potable water systems. The reports shall be maintained daily and submitted to the contract monitor monthly. A copy of the reports shall be maintained on-site at Farish to be made available to the State of Colorado Department of Public Health and Environment (CDPHE) for inspection. Report shall be submitted not later than the 5th day of the subsequent month. Wastewater Report/Logbook: The contractor shall log date and time of each septic tank pumping and amount of volume removed. Record date and time of repair or replacement of major equipment or facility. Record date and time of inspections conducted on septic tanks and absorption beds. Record average daily influent flow and maximum daily flow for the West wastewater system. Reports shall include descriptions of findings. Reports shall include unusual events, to include weather conditions, visitor's complaints, and accidents related to the disposal systems(s). The contractor shall include daily wet well inspections, to include overall appearance, sensors, and pumps. Potable Water Report: The contractor shall log inspection dates, times, and findings of soda ash system and water disinfectant system(s). The contractor shall include meter readings, water usage, HTH in tank, HTH added, HTH used, Na2CO3 in tank, Na2CO3 added, Na2C03 used, pH level, Cu-mg/1, ALK-mg/1, CI2 residual and temperature. Standard Bacteriological Testing: The contractor shall perform testing one time per month. Report shall be submitted to the contract monitor. Each offeror shall provide technical information as to what their proposal includes. ALERT: Vendors are strongly encouraged to use the Standard Form 1449 as the first page of their offer/quote/bid and completely provide the requested data for all blocks. If you choose NOT to use the Standard Form 1449, you are cautioned to complete and provide with your written offer/quote/bid all the data requested by FAR 52.212-1. Failure to do so may render your offer/quote/bid as non-responsive and may eliminate you from consideration for award. The clause at 52.212-1 applies to this solicitation; however, no addenda applies to 52.212-1. The Government intends to award a firm fixed price contract on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The provision at 52.212-2 Evaluation -- Commercial Items applies to this acquisition with all offers being evaluated against the following factors in the descending order of importance: Technical acceptability and Price. Technical acceptability will be determined by the contractor's compliance with solicitation requirement to possess current Colorado State Class "D" Water Certification and a Class "D" Sewage Certification. The contractor will provide a copy of subject licenses with offer. The Government will then assess each offeror's total contract line item number (CLIN) price, to determine reasonableness. Offers that are unreasonable/unrealistic in terms of price may be rejected. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are (b) 6,7,8,9, and (c) (1);Wage Determination NO. :94-2079, REV 16, dated 09/13/2000. FAR 53.232-23 Mandatory Information For Electronic Funds Transfer Payment also applies. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, NOV 1995 applies to this acquisition with the inclusion of the following: DFARS 252.204-7004 (MAR 1998)-Required Central Contractor Registration. Offers must be received NLT 3:00 P.M. Mountain Standard Time, 27 DEC 2000 at Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers may be faxed to (719) 333-4404. Contact Ronald Hudgins (719) 333-2965 and Mr. Jon D. Peters, (719) 333-6677 for information regarding this
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F0561101Q6007&L=479)
Record
Loren Data Corp. 20001219/SSOL006.HTM (D-350 SN509096)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on December 15, 2000 by Loren Data Corp. -- info@ld.com