Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
MODIFICATION

C -- RECOVERY DM0057A A&E Design Services - Remediation of Waste Water Treatment for Disinfection

Notice Date
8/18/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Interior, U. S. Geological Survey, USGS - All Offices, U S GEOLOGICAL SURVEY, APS ACQUISITION BRANCH, MS 205, ROOM 6A33812201 SUNRISE VALLEY DRIVE RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
09ERQQ0619
 
Response Due
8/28/2009
 
Archive Date
8/18/2010
 
Point of Contact
KRIS MURRAY CONTRACT SPECIALIST 6082702446 ;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This modification to the presolicitation notice previously posted adds an invitation for all A&E firms who have the qualifications required to perform the work to submit a completed SF 330. Detailed information on consultants and subcontractors, if applicable, MUST be included in the submittal. Please provide the following additional information on the form: Tax Identification Number (TIN) and DUNS number. All contractors doing business with the Government are required to be registered in the Central Contractor Registry (CCR). For additional information, or to register with CCR, access http://www.ccr.gov. Additionally, by submission of a response, the offeror represents that it will comply with the reporting requirements in Section 1512 (reports on use of funds) of the Recovery Act as outlined in FAR clause 52.204-11. Design services and resultant construction package will include the following: a. Investigation of the existing waste water treatment facilities and remediation of waste water treatment system to add disinfection capability.b. Development of drawings and specifications identifying all underground and above ground work required to install and place into operation the waste water treatment system with disinfection capabilities including review and approval of the construction project by the Wisconsin Department of Natural Resources (WIDNR) without interruption to the discharge of waste water at the UMESC.c. The design shall exceed the minimum requirements of all applicable Federal, State, and local codes regulating these industries in the construction and remediation of waste water treatment.d. The design will address: bypassing the effluent normally entering the settling lagoon lift station directly to the Black River receiving waters as approved by the WIDNR; bypassing the carbon adsorption tower discharge water directly to the Black River receiving waters as approved by the WIDNR; removal and disposal of the water and fish in the polishing lagoon (and settling lagoon as required) as approved by the WIDNR; modification of the polishing lagoon outfall and level control structures and piping as required to install UV disinfection capabilities; modification/expansion of the outfall and metering building to contain the UV disinfection apparatus; and continue to provide the sampling and metering capabilities required by the UMESC discharge permit; replacement of the polishing lagoon liner; earthwork as required to correct erosion issues east and south of the outfall and metering building; repairs to the gates, special burrowing rodent barrier fencing, and roadways in the treatment pond areas following the completion of construction activities.e. Construction management and quality assurance services including: project manager to report to job site periodically during the construction phase providing review and approve for material & equipment submittals; review and recommend for approval progress payment requests and any change orders.f. Construction project final inspection.g. Accurate As-Built drawings after the construction project has been completed and accepted by the Government. All A&E firms responding to this announcement will be evaluated on the following criteria: a. Professional qualifications necessary for satisfactory performance of required services;b. Specialized engineering experience and technical competence in waste water treatment facilities utilizing ponds, carbon adsorption towers, UV disinfection processes, and experience working with the regulating agencies in the state of Wisconsin; c. Capacity to accomplish the work in the required time;d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; ande. Location in the general geographical area of the project and knowledge of the locality of the project. The successful firm will be awarded a Firm-Fixed Price purchase order based solely on the data contained in the SF-330, references, and questions and answers of pre-selected firms. Upon successful completion of negotiations with the selected firm, the purchase order will be issued. This acquisition will be made under the Simplified Acquisition Threshold of $100,000.00. Facsimile (608-270-2415) or electronic (kmurray@usgs.gov) responses will be accepted and are encouraged. IF mailing your response, it MUST be mailed to US Geological Survey, Attn: Kris Murray, 6006 Schroeder Road, Madison, WI 53711. Responses are due on Friday, 08/28/2009 at 3:00 pm CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09ERQQ0619/listing.html)
 
Record
SN01916575-W 20090820/090819001227-19825c438d7afc84ffb1f2e7ca689c9a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.