SOURCES SOUGHT
F -- Request for Information - Closed Basin Project
- Notice Date
- 11/27/2012
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- R13PS80080
- Response Due
- 12/21/2012
- Archive Date
- 11/27/2013
- Point of Contact
- Ronald Graham Contract Specialist 3034452467 ronaldgraham@usbr.gov;
- 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
- N/A
- Description
- Overview The Bureau of Reclamation is responsible for the operation of a water-salvage program within the Closed Basin Project. This water salvage program is administered by Reclamation's Alamosa Field Division (AFD) in Alamosa, Colorado. This is a request for information regarding what your laboratory would charge to undertake and perform the designated water-quality sampling and monitoring program, associated with these water-salvage operations. This program also provides biological and chemical technical support for the operation and maintenance of the Project wells. Your participation is completely discretionary. This is not a request for a proposal, but merely a request for information. Essentially, this is a market research tool. Nevertheless, diligence and accuracy is requested if you choose to answer this request for information. The Closed Basin Project lies along an approximate 45-mile-long arc within the north-central portion of the San Luis Valley in Colorado. The Project, covering 125,000 acres, is just west of the Great Sand Dunes National Monument and the southernmost end of the project lies just east of Alamosa. Elevations on the valley floor approach 7600 ft above sea level. Weather conditions in the project area vary from mild summers with daytime temperatures in the 70s, to harshly cold and snowy, windy winters with temperatures ranging as low as -20 to -40?F from November to February. Field work with water-quality sampling given these considerations will have to reasonably accommodate continuity of the sampling program without sacrificing that continuity due to weather conditions or other difficulties. The water-salvage program of the Project currently operates an array of 170 salvage wells (see Figure 1). This array is bounded into four stages, each stage covering about one-fourth of the project area. The wells within this array collectively discharge through a segmented total of approximately 115 miles of pipeline laterals. This lateral collection system then discharges into a 42-mile-long conveyance channel that stretches along the length of the Project. The conveyance channel, in turn, discharges into the Rio Grande within the Alamosa National Wildlife Refuge, southeast of Alamosa. Water quality of the Rio Grande receiving salvage water at this discharge location is monitored and maintained to meet, or exceed water-quality standards that are integral to the Rio Grande Compact. Threats to production include available water and physical plugging due to iron related bacteria, sand and mineral scale. The AFD currently has a rehabilitation-and-drilling program in place to help mitigate such issues. Attachment A provides the required analyte assessment suite for the program. As noted in Attachment B, the water quality sampling program is divided into four Analysis Order Study Groups. Each level of water quality sampling is addressed by the specifications given within the study group for which that aspect of the sampling is assigned. The number of samples within the water sampling program, and group sampling schedule, and cost assessment request, is also specified in Attachment B. Please note, if you do not wish to indicate the specifics regarding cost for personnel, mobilization, and overhead, that are indicated in Attachment B, then please indicate the total cost that would be estimated for each task. We are also asking for the cost regarding each analysis study group, and total costs for all samples. Please carefully review Attachment B. To summarize, this is a request for information only regarding the cost that would be likely charged if your firm were asked to perform the water quality sampling program for the Closed Basin Project. All of the specifics regarding tasks for the work you are being asked to cost evaluate, are given below. Task specifications, deliverables, and cost-evaluation queries The water-quality monitoring and support program will consist of the following tasks: 1.Each of the 170 salvage wells must be sampled for a complete set of water quality analyses at least 2 times per year. Given specific considerations regarding water-quality monitoring, more frequent sampling may be required. Such additional sampling would be an indefinite quantity in this informational request. Confined Space Training and Entry Certification is also required (See section 2 below). When sampling for each well is performed, water-quality sampling will be completed on a rotation schedule so that each well will eventually be sampled during every calendar month of the year over a recurrent cycle that will repeat every 6 years. Sampling will require coordination with AFD Operations Group to verify that wells to be sampled are operating and running at least 24 hours prior to sampling. Coordination by the contractor with the AFD staff is required to adjust valves, which is critical to sampling and overall operations to obtain adequate pressure at the sampling point at the well site. Sites without valve control will require contractor field personnel to be trained regarding manual adjustment of the valves, or will require coordinated on-site assistance from a member of the AFD Operations group. Proper valve adjustment must be made to ensure the well functions correctly prior to, during, and after sampling. The following deliverables are required for this portion of the water-quality monitoring program: a) For each of the 170 salvage wells, sampling is performed 2 times per year for each well. The expected total number of samples for this part of the water-quality monitoring program is 340 samples. b)Sampling performed at each well will require a sampling report regarding the sampling suite that is directed, as shown in attachment A, and specified in attachment B. These sampling reports, as will be explained below, are to be generated weekly, and must be provided as summarized reports twice yearly. What would be the expected charge for completing item a, above, regarding the field-sampling portion of the water-quality sampling program? What would be the additional charge for each additional sample that might be necessary to meet the specification regarding "more frequent sampling" that may be required? What would be the expected charge for the record-keeping associated with the field activities of the water-quality sampling program? Please see Attachment B regarding the sampling structure for this task. 2.For all practical intents and purposes, 100 percent of the salvage wells will require sampling within a Permit Required Confined Space. Confined Space Entry training and certification is required for personnel involved with sample collection from the well array. Air quality monitoring equipment, ventilators, and other appropriate personal-protective equipment will be required. Confined space entry procedures, training, and documentation must all follow AFD, Albuquerque Area Office, USBR, OSHA, and any other applicable regulations. This may require an entry supervisor to be present which will need to be coordinated with either the AFD Operations or AFD Maintenance groups. If an entry supervisor is not available, you will be required to provide personnel to act in this capacity. The following deliverables are required for this portion of the water-quality monitoring program: a)Before beginning work, all required certifications for personnel performing water-quality sampling, per this task would be required. Can your firm meet the confined-space-entry certification requirements for completing this portion of the water- quality sampling program? For the field staff that you would anticipate as qualified for this work, do these persons possess current Confined Space Entry training and certification? When were these persons so certified, by whom, and how often has their certification been re-validated? What would be the additional cost for provision of personnel to act, if needed, in the capacity of entry supervisor? 3.Rehabilitated wells (those that have been refurbished or re-drilled) require more frequent sampling that is dependent on stability of the observed water chemistry indicated by the water-quality sampling. The frequency of sampling must therefore be evaluated on a case-by-case basis. Such wells, which comprise approximately 10 percent of the wells within the salvage-water well array, are expected to require water-quality sampling from twice monthly, to once weekly, for a period of up to 12 months. These wells will also require analyses of any slime, scale, gravel and soil samples collected by the maintenance group during rehabilitation or drilling operations. Because these 17 wells already would have been sampled at least twice yearly (pursuant to item 1, above), and assuming that these 17 wells will require an additional 3 samples per month for 8 months (with reporting of water -quality given pursuant to Attachments A and B), please estimate the additional cost for these 408 water quality samples. The following deliverables are required for this portion of the water-quality monitoring program: a)Deliverables as specified in accordance with tasks 1, 2, and 3, noted above. What is the estimated cost of performing this aspect of the water-quality sampling program? What would be the estimated cost, on a per sample basis, for the extra sampling that may be required? Please see Attachment B regarding the sampling structure for this task. 4.In support of well rehabilitation efforts, additional sampling and analyses may be required to monitor and test existing and experimental chemical rehabilitation and sanitation protocols. This is an indefinite-quantity part of the water-quality sampling program, which will require site-specific sampling and reporting protocols in each instance, on a case-by-case basis. For each individual well being rehabilitated, an average of ten separate field work-days will usually be required in this task. During such work, personnel may be required to accompany AFD and other contracting crews at the well sites during the entire rehabilitation process. Coordination with the maintenance group is required for scheduling and preparing experiment plans prior to start of each project. The following deliverables are required for this portion of the water-quality monitoring program: a)A comprehensive report of the rehabilitation-well sampling assessment will be required in each instance. Such a report will necessarily include the results of all sampling protocols, along with a narrative of the procedures used in the sampling assessment. These will include the following: -Deliverables as specified in accordance with tasks 1, 2, and 3, noted above. -Time associated with onsite presence to sample at each process step for chemical efficacy and residual, bacterial content, and water quality. -Selective media, dipstick, or electrometric monitoring for chemical residual. -Summary reports required as detailed in Section 7, Part C, of this informational request. If you estimated this charge on a per-instance basis, then please indicate the basic on-call charge that would be incurred on a per-instance basis for provision of these services, and the estimated cost of meeting the deliverable requirements for this task. Please see Attachment B regarding the sampling structure for this task. 5.There are 28 surface-flow sampling sites along the conveyance channel and 10 ancillary surface sites within the project boundary. These sites require sampling of from 1 to 4 times monthly, up to 10 times monthly, depending on flow in the conveyance channel. Of these 38 sites, approximately half are historically sampled sites that are sampled on a more-or-less regular basis, and 12 are mitigation sites that may require more frequent sampling. Sample collection may be required on occasion for wells that do not have pumps installed. A mobile sampling pump is required for such sites and must be run for at least 2 hours before obtaining samples. New sites not historically sampled must be documented with GPS coordinates. Additional incidental work is needed on an indeterminate basis and may include sampling a network of monitoring and pilot wells. Deliverables required for this task: a)Deliverables as specified in accordance with tasks 1, 2, and 3, noted above. b)Summary reports required as detailed in Section 7, Parts A and B. Estimate the costs for this task, given the following criteria: -assuming 3 sites require sampling and reporting monthly (Study Group 2), and, -5 sites require sampling and reporting bi-annually (Study Group 2), and - 25 sites require sampling and reporting annually (Study Groups 1 and 2), and -6 ancillary sites require sampling and reporting every 2nd month (Study Group 2), and -demands for on-call or incidental work sampling wells that do not have pumps and other indeterminate sampling for the network of pilot wells, on a per sample basis. What would be the estimated cost for this task, given the above assumptions? Please see Attachment B regarding the sampling structure for this task. 6.All salvage well, surface, and non-historical sites will require field analysis with a suitable multi- parameter field probe (or equivalent), in addition to the sample collected for analyte assessment back in the lab (see attachment A). Additionally, along the conveyance channel, and at the discharge of the conveyance channel at the Rio Grande, there are a number of multi-parameter field probes that must be continuously monitored. Each individual probe will require monthly water-quality sampling for calibration verification of the probe. The sampling site at the discharge of the conveyance channel into the Rio Grande will require sampling twice weekly, and may require sampling daily in remediation of water-quality problems or other technical issues occurring with the operations group's SCADA system. These sites will require at least basic field parameters and TDS. The following deliverables are required for this portion of the water-quality monitoring program: a) Once daily data import of 3 continuously deployed multi-probes (Study Group 1). Summary report required weekly (See Section 8 below). b) Once monthly calibration of deployed multi-probes and additional calibration that is necessary in event of probe fouling or failure. c) Twice weekly sampling at the canal outlet is required to verify daily data collected from multi-probe (Study Group 3). Summary report required weekly (See Section 8 below). Daily sampling will become necessary in the event of probe fouling, failure, or communication loss. The daily sampling requirement for remediation or other technical issues is necessarily an indefinite quantity aspect of the program. Estimate the cost for completing this task, including the indefinite-quantity aspect. Please see Attachment B regarding the sampling structure for this task. 7.Records for each site must be maintained and auditable. These records must include all aspects of a) each site visit and b) chain of custody, c) the resulting water-quality analysis, including d) results of the analysis, e) problems encountered in completing the analysis, f) resulting resolution of such problems, and g) results from quality assurance analysis. This record-keeping aspect should be considered custodial, and such records will be regularly communicated to staff at the Alamosa Field office. All data should be available for trend analysis, graphing, spatial comparisons, well-treatment recommendations, quality control, quality assurance, and any other water quality monitoring requirements. This must be available at any time, as requested, and performed by your staff. Frequent data requests may come from internal AFD staff, or less frequently from other external sources. External data requests must be approved by the AFD manager and follow USBR and DOI regulations for distribution of such data. Periodic reports, integral in decision making, are given to AFD staff at different intervals. The following deliverables are required for this portion of the water-quality monitoring program: a.A weekly report must be provided every Monday to the AFD administrative staff, calculating a ten-day average TDS for the water discharged from the conveyance channel. Coordination with the operations group must be performed in order to obtain conductivity values from the deployed multi-parameter field probes for use in this average. In addition, this report should include results from analyses conducted on monthly sampling sites. It must also include a percent sodium concentration as calculated from analysis performed on samples from the discharge location on the conveyance channel. b.A monthly report must also be provided at the beginning of each month to the AFD staff summarizing activities performed by the contracting laboratory, or consultant, and the sampling performed in the field for the prior month. c.Status reports must be generated detailing treatment recommendations for rehabilitated wells, monitoring for chemical residual and biological status for wells prior to, during, and after a rehabilitation event. Please provide an estimate of the expected costs for these services. 8.To ensure that routinely generated analytical data are scientifically valid and defensible, and are of known and acceptable precision and accuracy. A complete quality assurance plan is required. Any QC procedures specified in the standards of analysis should be included as well as any certifications held by the laboratory and laboratory personnel. Labs must participate in at least two AFD approved, independent audits each year. Results of such audits must be submitted to AFD management for review. Please explain how your laboratory will achieve the objectives of this task, including the types of equipment used by the laboratory in performing the analyses described herein. Also please detail the certifications of your laboratory staff regardingtheir qualifications in completing the analyses described herein. Please also provide an estimate of the percentage of the costs for completing this water-quality sampling program (in its entirety) that are associated only with personnel? With mobilization to and from the field? With supplies? With equipment maintenance and service? 9.Analytes, detection limits, and standards of analysis are set forth in Attachment A. 10.An example sampling schedule, number of samples by type, and analyses orders are set forth in Attachment B. 11.Location of the field area and well array are given in Figure 1. Questions and requests for any referenced attachments should be directed to Ronald Graham at ronaldgraham@usbr.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f7abd6622687b9b30c4d033abc4a3efa)
- Record
- SN02937820-W 20121129/121127234548-f7abd6622687b9b30c4d033abc4a3efa (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 |