SOLICITATION NOTICE
F -- Perform Quarterly Well Monitoring Sampling for Lake Mead NRA
- Notice Date
- 1/28/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, PWR - LAME Lake Mead NRA 601 Nevada Way Boulder City NV 89005
- ZIP Code
- 89005
- Solicitation Number
- Q8375090003
- Response Due
- 2/11/2009
- Archive Date
- 1/28/2010
- Point of Contact
- Idella C. Mullins Contract Specialist 7022938910 idella_mullins@nps.gov;<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement consitutes the only solicitation; quotes being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. The solicitation number is Q8375090003 and is issued as a Request for Quotes (RFQ). NAICS code: 541380. No paper copies will be sent. Notification of any changes will be made as modifications to this announcement. Quotes must be return by Feb 11, 2009 by 2:00 PM. To receive an award, vendor must maintain a current registration at www.ccr.gov. The National Park Service, Lake Mead National Recreation Area, has identified a need for quarterly sampling of monitoring wells as outlined below. STATEMENT OF WORK SAMPLING OF MONITORING WELLS LAKE MEAD NATIONAL RECREATION AREA (NRA) Part I - Purpose The purpose of this work order is to enable the National Park Service (NPS) to obtain professional/technical services in the form of quarterly sampling of monitoring wells located within Lake Mead NRA developed areas. These services will be accomplished through the NPS's competitive bidding process. The work applies to the five (5) existing monitoring wells located downgradient of government owned community wastewater treatment facilities, and shall be based on requirements of the respective area's discharge permit. All permit requirements for monitoring well sampling are the same for each well. Part II - Background A. Regulatory Requirements Lake Mead NRA's wastewater treatment systems serve multiple facilities, including small commercial, governmental, and residential. The systems to be addressed within this work order are located at Overton Beach, Echo Bay, Callville Bay, Las Vegas Bay and Cottonwood Cove (Clark County), Nevada. These systems are required to be monitored on a quarterly basis via groundwater monitoring wells, pursuant to permit requirements, to determine influence of the facility on adjacent groundwater. These sites have no known history of use, storage, or disposal of or contamination by, toxic substances. Historically, there have been incidences of clandestine or accidental entry of small amounts of fuels or oils into NPS collection systems. B. Description of Facilities All monitoring wells are of standard configuration and construction (2" and 4" diameter schedule 80 PVC, locking cap, christie box), and vary in depth from 65 to 200 feet. Las Vegas Bay, Overton Beach, and Echo Bay are accessible by 2-wheel drive vehicle. Callville bay and Cottonwood Cove require 4-wheel drive to reach the site. Recent measurements indicate approximate water levels below land surface, as follows: Echo Bay: 36.99'Callville Bay: dry (total depth 148')Las Vegas Bay: 168.50'Cottonwood Cove: 158.90'Overton Beach dry (total depth 150') It should be noted that both the Overton Beach and Callville Bay wells are currently dry. We anticipate this will be the case throughout the period of performance of this contract. Wells should be checked annually (at time of first quarterly sampling) to confirm static water level is below the bottom of the well, and recorded as such. Payment will be based on travel time and labor to confirm conditions. Should the static water level be restored at any time during the contract period, sampling will resume next FY pursuant to the terms of this scope. Payment for any other unforeseen work will be made by contract amendment in accordance with the changes clause of the FAR. C. Samples Required Required samples include Chloride, Nitrate/Nitrite as N, Total Dissolved Solids, and Total Nitrogen. Sample bottles and chain of custody forms will be provided by NPS, and may be picked up prior to beginning of sampling each calendar quarter. Samples, with completed chain of custody documentation, should be delivered to the NPS Warehouse Utility Systems Branch office not later than mid-morning of scheduled laboratory pick up days. Part III - Scope of Services and Responsibilities A. General Requirements The Contractor shall travel to each site, document current conditions based on field evaluation, purge three (3) bore volumes to waste, and sample the well. Samples shall be transported on ice, and under chain of custody, to the NPS warehouse in Boulder City. Alternately, the Contractor may choose to transport directly to the NPS contract lab. All sampling will be conducted in accordance with industry standard practices for sampling monitoring wells, with specific sampling performed to meet requirements of state regulatory agencies as specified in Part II.A. 1. The Contractor shall provide all necessary services, personnel, equipment and supporting activities in the field of environmental sampling to complete this project. 2. Quality Assurance: The services planned and performed by the Contractor's personnel shall be carefully reviewed internally by a Project Manager, Project Engineer, or equivalent employee prior to mobilization, and after submission of field logs. 3. Applicable Standards: Work performed shall comply with the policies and standards of the governing bodies and applicable regulations as follows: a. Nevada regulations as noted in Part II.A. b. Agency Policy Regarding Code Compliance Requirements. National Park Service management policies require that all environmental monitoring comply with state and local building codes, national standards, and federal design requirements, including all required permit processes. In case of conflicts between the above standards, use the more stringent standard. B. Tasks to be Performed Under this Work Order: 1. Participate in orientation to each site with NPS representative. 2. Obtain sample bottles and chain of custody forms from the NPS Utility Systems Office located in Boulder City. Travel to sites and conduct, sampling in accordance with industry standards as referenced in Part III.A. Transport samples under chain of custody to the Boulder City Office for delivery by the NPS contract laboratory courier. 3. Conduct Review Meetings a. The A/E shall conduct progress meetings as appropriate and in accordance with the provisions of Part V of this scope. Part IV - Deliverables 1. The Contractor shall proceed with the services as defined in Part III of this document as soon as reasonably practicable following notification by the Contracting Officer. 2. The Contractor shall make submittals in accordance with milestones listed in Part V. 3. Correspondence shall be sent directly to: Superintendent, Lake Mead National Recreation Area, 601 Nevada Way, Boulder City, Nevada, 89005, Attention: Steve Spearman. PART V - SCHEDULE The following schedule is based on calendar days from the date the task order is issued. Milestone Completion By: Conntract Award 0 daysKickoff Meeting 14 days1st quarter sampling NLT March 31, 20092nd quarter sampling NLT June 30, 20093rd quarter sampling NLT September 3, 20094th quarter sampling NLT December 31, 2009 The total performance period for completion of this work will be through the end of calendar 2009. 1. Reproduction: The cost of all reproduction related to submittals required under this contract shall be the responsibility of the contractor. 2. Other: The cost of all local and long distance telephonic and telegraphic communications initiated by the Contractor in regard to the performance of his services under this contract, and the cost of transporting from the office of the Contractor, all correspondence, drawings, reports, samples, and related matter shall be borne by the Contractor without additional reimbursement by the government. Local and distance correspondence shall be dispatched by first class mail, or express next-day mail. 3. Security: The safe and undamaged delivery to the Contracting Officer of all samples, any special samples or lab results, field reports, and related documents shall be the responsibility of the Contractor. PART VI- MEETINGS Site Visits and meetings required under this work order are: 1. Kickoff Meeting: The initial orientation meeting will be conducted at the park on a mutually agreeable date, but in no case less than fourteen calendar days after contract award. This meeting could include time in the field as appropriate, to obtain data and clear up any questions, and could be conducted by telephone if appropriate. 2. Progress or Other Review Meetings: Upon request by either party, a meeting will be held at the park or on-site at a mutually agreeable date. Part VII - Materials to be furnished by the Government NPS operations staff will be available to conduct area orientation, and answer questions regarding local utility connections, and past and present uses of the existing system. NPS personnel may also provided limited data and equipment from prior sampling of the referenced monitoring wells. NPS agrees to provide access and right of entry to the site for Contractor equipment and personnel as needed for completion of this work. Part VIII- Designated Officials A. The NPS project manager and contracting officer's representative (COR) for this project will be: Steven N. Spearman, Manager, Utility Systems BranchTelephone: 702-293-8984e-mail: steven_spearman@nps.gov Provide Quote which give the following information: 1) Perform Quarterly sampling of monitoring wells quarterly (four time a year) starting March 2009 for one year (01/01/2009 - 12/31/2009)- $________ Total $____________. 2) Please complete the above schedule list with unit price quarterly and total price. Past Performance and Experience CONTRACT NUMBER:AMOUNT:AGENCY/OWNER:CONTACT: PHONE NUMBER:DESCRIPTION OF WORK:PERFORMANCE PERIOD: Key Personnel NAME:JOB TITLE:YEARS OF EXPERIENCE:TOP EDUCATION LEVEL OBTAINED:AREA OF SPECIALIZATION:PROFESSIONAL REGISTRATIONS: Failure to provide these items may result in non-consideration of your offer. Quotes are due February 11, 2009, by 2:00 PM (PDT). Quotes may be faxed to Idella Mullins at 702-293-8626 or e-mailed to idella_mullins@nps.gov. for questions, please send me in writing via fax or e-mail. My phone number is 702-293-8910. The FAR provisions at 52.212-1, Instructions to Offerors - Commercial Items, 52.212-2, Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items, 52.212-4, contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and any applicable addenda to these five provisions, apply to this acquisition. FAR provisions may be found at http://www.arnet.gov/far. EVALUATIONS FACTORS FOR AWARD: The Government will award the contract to the responsible Offeror whose quote will be most advantageous to the Government, price and other factors considered. Technical is equal to price. Technical: 1) Past performance work on similar services for a Federal Government Agency2) Experience working in remote areas PAST PERFORMANCE is a measure of the degree to which a contractor has satisified its customers in the past. The quoter must receive at least a satisfactory past performance rating from all sources contacted by NPS. The NPS will evaluate past performance based on, the Governments;s knowledge of quoter's past perfromance, and/or references obtained from any other source. Performance of service will be evaluated to determine whether or not it meets the performance requirement of the contract. Don't forget to include a list of references which demonstrate your successful past performance of revelant jobs that compare favorably to the work offered in this project. List contracts and other pertinent work to describe how your experience is revelant to the requirements of this solicitation. Attach additional documents as needed. If you have no revelant experience, you must state that in order to qualify for a neutral rating.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b4f62d0df32d26ec686454873d88e52d&tab=core&_cview=1)
- Record
- SN01739582-W 20090130/090128215128-b4f62d0df32d26ec686454873d88e52d (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 |