Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2014 FBO #4565
SOLICITATION NOTICE

M -- Operations and Maintanence of Elwha Water Facilities

Notice Date
5/23/2014
 
Notice Type
Presolicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P14PS00816
 
Point of Contact
Darrin Knapp, Phone: (303) 969-2055, Patti Auten, Phone: (303) 987-6689
 
E-Mail Address
darrin_knapp@nps.gov, patti_auten@nps.gov
(darrin_knapp@nps.gov, patti_auten@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice: The National Park Service, Department of Interior, intends to issue a solicitation on or about June 9, 2014 for performance of the work described below. Electronic documents will be made available free of charge with the solicitation on www.fbo.gov. Paper copies of the solicitation will not be made available. This procurement is being conducted under full and open competitive procedures and is a commercial service. The proposed NAICS code for this acquisition is 221310 Water supply and Irrigation Systems with a size standard of $25.5 Million. Facilities to be operated include the Elwha Water Treatment Plant (EWTP), Elwha Surface Water Intake (ESWI), Temporary Diversion Pumping Facility (TDPF), and Nippon Paper Industries Chemical Feed System (NPI-CFS). The EWTP is designed to treat water supplied by the ESWI or TDPF for use in industrial, municipal, and fisheries applications by removing suspended sediments. NPI-CFS is designed to remove soluble iron and manganese from EWTP treated water being supplied to the Nippon Paper Industries Mill (NPI). Operation of the EWTP will be required to satisfy daily demands of the City of Port Angeles, the Nippon Paper Industries Mill, Washington State Department of Fish and Wildlife Elwha River fish rearing facility, and the Lower Elwha Klallam Tribal fish hatchery. The ETWP is designed for a maximum treated water capacity of 37,000 GPM (54 million gallons/day or MGD). EWTP consists of an influent pump station, influent/chemical mix tanks, sedimentation tanks, chemical feed and storage building, effluent flow distribution structure, slurry pump stations, office/laboratory building and associated pipelines. The plant has been, and will continue to be, operated during periods of high sediment release resulting from the removal of the Elwha Dam and the Glines Canyon Dam. The ESWI includes a concrete control weir, intake structure, supplemental diversion pump structure, fish screen structure; tunnel; piping; electrical; mechanical; utilities and site work. Mechanical systems include numerous control gates and valves, as well as fish screen cleaning equipment. The electrical system includes a standby generator and SCADA control for monitoring and operating project equipment. Most of the equipment will have several modes of operation: manual, automated, and remote. The TDPF includes five 250 hp, 8,000 gpm solids-handling water pumps, a 250 hp water circulation pump, 3,750-feet of HDPE pipeline, and assorted ancillary controls, instruments, and structures. The electrical system includes two standby generators and SCADA control for monitoring and operating project equipment. Most of the equipment will have several modes of operation: manual, automated, and remote. TDPF is designed to provide untreated river water to EWTP when high river sediment and turbidity levels prevent the use of the ESWI, a gravity fed intake system. The new operations contractor will likely participate in the joint turnover from the previous operations contractor for a period after the date of the Notice-to-Proceed. Operation of the plant in the future may be periodic, depending on actual sediment releases. The operator will maintain the plant equipment during the shutdown period(s) and provide startup and shutdown as conditions dictate. During periods when sediment content exceeds the requirements, the contractor will provide all plant operations necessary to supply the required quantity of water at the quality necessary to meet existing agreements with the water users. The contractor will also provide periodic inspection and maintenance of the Area Flood Protection Levee, including the cleaning of associated culverts, maintenance of riprap, vegetation removal, and other items required by the Army Corps of Engineers maintenance plan. In addition, all cleaning services, grounds maintenance and snow removal of the all facilities and all portions of the project site is required. Operation and maintenance of the water intake and treatment facilities includes 24/7 operation to guarantee water delivery to users. Water delivery must be continuous and cannot be interrupted. The cost range for the project is from $2.25M - $2.6M per year. The estimated Period of Performance is from October 2014 - October 2019 including all options. TYPE OF ACQUISITION: A negotiated firm-fixed price commercial contract is anticipated to be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability, past performance, subcontracting plan (if required) and price to determine the best value (trade-off process) to the government. The government reserves the right to award without discussions. SERVICES MAGNATUDE for this project is estimated to be between $2.25M and $2.6M per year. The contract period will be for a 1 year base contract and the possibility to extend the term of the contract by exercising options evaluated at the time of award if deemed to be beneficial to the Government. The contract will include 4 one year options periods. It is anticipated that the new contractor must have all qualifications and submittals turned in and ready to begin operation of the plant in October 2014. Proposal receipt date is anticipated to be 45 days after the issuance of the solicitation. Offers will be considered from all responsible and responsive businesses. A preproposal conference and site visit is tentatively scheduled to be held the week of June 16, 2014. Interested parties are urged to attend this meeting to ascertain existing work conditions. Actual detailed instruction for attending the preproposal conference, to include dates and registration procedures required to attend will be included in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00816/listing.html)
 
Place of Performance
Address: Elwha Water Facilities, Port Angeles, Washington, United States
 
Record
SN03375156-W 20140525/140523234223-4537488dd4271b0d2ce312eb9414d42b (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.