Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2016 FBO #5207
SOLICITATION NOTICE

46 -- Install Well Sensors on 6 Scattered Sites - SF1449 with Clauses

Notice Date
2/23/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
HHSI-16-235-SOL-00009
 
Archive Date
3/29/2016
 
Point of Contact
Ronda English, Phone: 9169303981346
 
E-Mail Address
Ronda.English@ihs.gov
(Ronda.English@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the actual SF1449 with pricing schedule, wage determination, clauses and site map. PERFORMANCE WORK STATEMENTGROUNDWATER WELL LEVEL SENSORS (22Feb16) 1.1 GENERAL General Information: This is a Performance based project for commercial services to include installation of sounding tube and level sensors at 6 separate sites (Attachment A-Sites Map). Contractor shall take care to limit contamination during installation of sounding tube and level sensor. This may include but not be limited to a clean lay down area for removed downpipe. Contractor to follow procedures as per AWWA C654-03. Wells shall not be put back into service until negative test results are obtained. Project engineer has final say as to when the well may be put back into service. Level sensor wet end is rigid 8.5 inches. Dry end is rigid 3-4 inches. No tight bends through conduit are allowed. Minimum cable radius of 0.54 inch is required. See installation instructions for details. 1.2 INVOICE AND PAYMENT Payment shall be per completed well site as per the pricing schedule for the amount of work accomplished. Invoices shall be verified by the Contracting Officer's Representative (COR) before payments can be authorized. This includes installation of sounding tube, level sensor, barometric sensor, termination point, and other necessary appurtenances. No payment shall be made for partially complete sites. 1.3 PERFORMANCE REQUIREMENTS A. All sites shall be completed within 60 days after award. Contractor shall coordinate work with the tribe and Indian Health Service to avoid disruption of provision of water to the community. The contractor is to provide all labor, skills, and materials necessary to complete all sites in accordance with the PWS, and the contract terms and conditions of purchase order. B. Final invoice shall be marked "FIANL INVOICE" C. Once (1) copy of the invoice with any supporting documentation shall be transmitted via email or U.S. mail to: 1.4 SUBMITTALS A. WORK PLAN: The Contractor shall submit a work plan to the Project Engineer. This work plan shall include the following: proposed installation dates and method to exit well head for the level sensor cable. The Contractor shall not perform work until a work plan is approved by the Project Engineer. B. Contractor shall submit bacteriological testing results as per AWWA C654-03 1.5 QUALITY ASSURANCE Perform work in accordance with all terms and conditions of the PWS and acceptance by the COR. Quality Assurance Surveillance Plan (QASP) (Exhibit 1) outlines the performance requirement of this PWS. Each completed site will be inspected by COR before acceptance by the Government. 1.6 SUBMITTALS AT PROJECT CLOSEOUT A. Accurately record depth of installation of level sensor, and modifications to the well head. 1.7 MATERIALS A. LEVEL SENSOR: In-Situ Level TROLL 400. PSIA rating to be based on individual well characteristics. See attachment for details. Cable to be In-Situ Rugged Cable System with twist-lock connectors and non-vented poly cable. See attachment for length of cable for each well. B. BAROMETRIC SENSOR: In-Situ BaroTROLL. C. SOUNDING TUBE: 1-inch threaded PVC Schedule 40. Shall meet NSF 61 certification. See attachment for length of sounding tube for each well. D. WATERPROOF GROMMET AT WELL HEAD: In-Situ grommet or approved equal. See attachment for type of wellhead and necessary grommet. E. ELECTRICAL BOX AND ELECTRICAL CONDUIT 1. Electrical Box: a. Minimum dimensions: 11"H x 8"W x 3"D b. Type 2 to be installed in pump house. Type 4 to be installed on cedar post. 2. Electrical conduit: a. Suitable for above-ground use (UV-resistant) and adequate size to pull level sensor cable dry end. Level sensor dry end is rigid 3-4-inch (approx.) in length with 0.75-inch diameter. No tight bends in conduit are allowed. Cable requires minimum radius of 0.54 inch. See installation instructions for details. 3. Cedar Post (if necessary) a. 4" x 4" cedar post, minimum 7 feet in length. EXECUTION 1.8 LEVEL AND BAROMETRIC SENSORS AND SOUNDING TUBE INSTALLATION A. Install sounding tube in well casing. The sounding tube shall be threaded 1" PVC schedule 40 pipe. Install to 5-10 feet above pump set level. B. Install In-Situ Level TROLL 400 down sounding tube. Entire Level TROLL sensor to extend just beyond the bottom (wet end) of the sounding tube (less than 18 inches beyond end of tube). Provide sufficient cable to terminate in a new electrical box in the existing pump house or at a new cedar post. C. If necessary tap wellcap to provide egress for level sensor. Provide waterproof grommet. Additional alternative is to replace wellcap. D. Cable shall be secured by Kellems grip outside of wellcap in order to facilitate removal of sensor. Kellems grip may be installed in J-Box or approved equal. Penetrations shall have waterproof seals. E. For Level TROLL cable run from well head to pump house, install conduit for above-ground service. For termination at cedar post install conduit for appropriate service (above-ground conduit for surface run and buried conduit for underground portion). F. Install cedar post where necessary. Bury minimum 2 feet in concrete base. G. Install electrical box in pump house or on cedar post with galvanized bolts. H. Terminate Level TROLL 400 and BaroTROLL in electrical box. I. Contractor shall replace all existing appurtenances in their existing locations and configurations (minus authorized changes) after installation of the sounding tube and level sensor. The appurtenances include but are not limited to the well pump, electrical cable, down pipe, vent caps, pitless adapter, and well cap. Sounding tube and electrical cable shall be taped to down pipe using NSF 61 tape. Duct tape is not allowed. Contractor to verify pump is operational upon completion of work. 1.9 SITE SPECIFIC INSTALLATION REQUIREMENTS All sites to provide for elements in this document except as noted in section 1.9. A. The raw water source at Kashia is provided by an infiltration gallery and wet well. A sounding tube is not required for this site only. B. Point Arena regularly experiences floods five feet above ground level. Install galvanized post instead of cedar post minimum seven feet above ground level. Secure in concrete base. Install electrical box six feet above ground surface. Provide water proof at conduit. C. Use existing panel and posts at Manchester to terminate Level Troll and Baro Troll. D. The well casing at Original Sherwood Valley is currently 1 ½ inches above the slab. The well casing shall be raised to a height of 18 inches. 1.10 WELL DISINFECTION AND BACTERIOLOGICAL ANALYSIS A. After installation of sounding tube and level sensors, disinfect groundwater well with a chlorine solution and perform bacteriological testing as per AWWA C654-03. B. DO NOT use dissolved granular HTH for disinfection. C. Positive bacteriological results require repeated well disinfection and samples retaken until negative results are obtained. Contractor shall notify Project Engineer of positive bacteriological results within 24 hours. 1.11 CLEANING A. Restore the well site to its original condition. Remove or bury all drill tailings to restore surface profile to its original condition. 1.12 GOVERNMENT FURNISHED EQUIRPEMENT Government Furnished Equipment. None   Exhibit 1 Performance Requirements Summary (Quality Assurance Surveillance Plan) Performance Objective Standard Performance Threshold Method of Surveillance PRS #1 Installation of Eastside Site 1-Sherwood site. The Contractor shall be complete installation of site 1-Eastside Sherwood 100% Method of Surveillance: Will be reviewed and accepted by the Contracting Officer's Representative. PRS #2 Installation of Site 2-Original Sherwood site. The Contractor shall be complete installation of site 2-Original Sherwood 100% Method of Surveillance: Will be reviewed and accepted by the Contracting Officer's Representative. PRS #3 Installation of Site 3- Kashia site. The Contractor shall be complete installation of site 3-Kahia 100% Method of Surveillance: Will be reviewed and accepted by the Contracting Officer's Representative. PRS #4 Installation of Site 4-Enterprise site. The Contractor shall be complete installation of site 4- Enterprise 100% Method of Surveillance: Will be reviewed and accepted by the Contracting Officer's Representative. PRS #5 Installation of Site 5-Manchester Well #1 site. The Contractor shall be complete installation of site 5 -Manchester Well #1 site 100% Method of Surveillance: Will be reviewed and accepted by the Contracting Officer's Representative. PRS #6 Installation of Site 6-Point Arena site. The Contractor shall be complete installation of site 6- Point Arena 100% Method of Surveillance: Will be reviewed and accepted by the Contracting Officer's Representative. ATTACHMENT B - PRICE SCHEDULE The Contractor shall provide all labor, materials, and supplies necessary to successfully complete all requirements described in the attached Performance Base Work Statement, Contract Clauses and Provisions, and all other attachments. This is a firm fixed priced contract. Quantity Price Site 1 1 Each $ (Eastside Sherwood) Site 2 1 Each $ (Original Sherwood) Site 3 1 Each $ (Kashia) Site 4 1 Each $ (Enterprise) Site 5 1 Each $ (Manchester Well #1) Site 6 1 Each $ (Point Arena) TOTAL $ Pricing Schedule Notes 1. Prices must be submitted on all individual items of this CLIN Schedule. Failure to do so may cause the proposal to be determined "unacceptable". 2. If a modification to a price based on unit price is submitted which provides for a lump sum adjustment to the total estimated price, the applications of the lump sum adjustment to each unit price in the CLIN Schedule must be stated. If it is not stated, the offeror agrees that the lump sum adjustment shall be applied on a pro rata basis to every item in the CLIN Schedule. 3. The offeror shall distribute indirect costs (overhead, profit, bond, etc.) over all the items in the CLIN Schedule. The Government will review all submitted CLIN Schedules for any unbalancing of the items. Any submitted CLIN Schedule determined to be unbalanced may cause the proposal to be determined "unacceptable". 4. In the event there is a difference between a unit price and the extended total, the unit price will be held to be the intended proposed price. If the offeror shows only the total price but fails to enter a unit price, the total divided by the estimated quantity will be held to be the intended unit price. 5. Arithmetic Discrepancies - For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the CLIN Schedule as submitted by the offeror: (a) obviously misplaced decimal points will be corrected; (b) apparent errors in addition of CLIN will be corrected. 6. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 7. Those line items containing an * in the quantity field are deemed to be an estimated quantity, reference FAR 52.211-18 -- Variation in Estimated Quantity. End
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/HHSI-16-235-SOL-00009/listing.html)
 
Record
SN04028470-W 20160225/160223235530-fb511cafe3b3c4f5e95e1c593cb1c31a (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.