SOLICITATION NOTICE
J -- Operation of Sewage Treatment Plant at William H. Harsha Lake
- Notice Date
- 9/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221320
— Sewage Treatment Facilities
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR18T0075
- Archive Date
- 10/5/2018
- Point of Contact
- Matthew R. Scharf, Phone: 5023156185
- E-Mail Address
-
Matthew.Scharf@usace.army.mil
(Matthew.Scharf@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The contractor shall furnish all personnel, qualified operator (able to complete the tasks below listed in the Desription of work), equipment, supplies, materials and programing to operate and maintain the existing sewage treatment plant per Ohio EPA (Environmental Protection Agency) and attached specifications. Prices should include mobilization & de-mob, fuel, labor, materials, and equipment to complete job. All materials removed from the government property shall be disposed of in accordance with state, local, and federal laws. The contractor's work and responsibility shall include all planning, programming, administration, management, supervision, communications, and inspection necessary to assure that all services are conducted in accordance with the contract requirements and all applicable Federal, State, and Local laws and regulations. The Prime Contractor is required to attend an on-site pre-work meeting to be scheduled within ten calendar days of Notice to Proceed or Award. The areas where the work will take place is only accessible during weekday business hours (0700 -1500 Eastern Time, Monday thru Friday). Description of work A. Operation and Maintenance of Wastewater Treatment Plant to include: 1. Grease Blowers 2. Check, fill, and change oil. 3. Clean and replace air filters 4. Test and maintain electrical controls for pumps and motors 5. Test air requirements 6. Scrape clarifier hoppers and remove obstructions. 7. Inspect diffuser drops, sludge return lines, and skimmers 8. Test all pumps and controls 9. Make adjustments to any controls or equipment 10. Check dissolved oxygen levels where meaningful through system 11. Check disinfection 12. Determine sludge concentrations in the aeration tank and waste sludge from the aeration tank to the sludge holding tank as needed based on test results 13. Concentrate sludge in holding tank by decanting supernatant 14. Sludge removal and disposal from sludge holding tank 15. Switch sand beds when required 16. Clean and level sand beds as needed 17. Perform visual examination of system performance provide service report describing findings B. Effluent Sampling and Reporting 1. All sampling, testing, and reporting is to be performed using Ohio EPA approved methods 2. Perform on-site tests during scheduled visits 3. Pull samples for laboratory test: Quarterly- Total Suspended Solids, Nitrogen Ammonia, Total Phosphorus, CBOD5 (Carbonaceous biochemical oxygen demand), E. Coli 4. Provide Monthly Operating Report and submit to Ohio EPA monthly 5. Provide yearly sludge operation report to Ohio EPA 6. MLSS (Mixed Liquor Suspended Solids) centrifuge test as needed for process control. C. General 1. Provide and maintain an operations log at the system at all times 2. Notify on site personnel of any observed deficiencies in the system 3. Make recommendations for any upgrading of the system or sewers to attempt to meet/maintain compliance with the conditions of the discharge 4. Correspond with the Ohio EPA to address any concerns with operations of the system Length of work is expected to take an hour a day five days a week. All service/work will be done during daylight hours between 0700 -1500 Eastern Time, Monday thru Friday. Services on weekends or Federal holidays will not be permitted. Work will be scheduled and coordinated with the Project Point of Contact to eliminate or minimize the impact of closure or restricted access caused by the contractors work on the general public. Federally observed holidays listed below: New Year's Day Birthday of Martin Luther King, Jr. Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day The Government is not responsible for providing storage areas or facilities for the storage of Contractor supplies, materials, and equipment. If completed services do not conform to contract requirements, the Government may require the Contractor correct the deficient services to bring them into conformity with the requirements. Correction of deficient services shall not entitle the Contractor to an increase of the unit price contained in the awarded contract. If the Contractor fails to promptly correct unsatisfactory services or fails to take necessary action to ensure future work is in compliance with the contract requirements, the Government may proceed with any rights or remedies detailed within the contract clauses and terms. Property Damage: The contractor shall use reasonable care to avoid damaging existing buildings, equipment, facilities, and structures during the performance of the specified work. If the Contractor, Contractor employees, or persons acting on behalf of the Contractor fail to use reasonable care and Government property is damaged, the contractor shall repair or replace the damaged property at no expense to the Government. Property damage caused by the Contractor or persons/employees acting on behalf of the Contractor shall be reported to the Contracting Specialist and the park manager on the day of occurrence or on the first working day following the occurrence. Insurance: The contractor shall, at their own expense, provide to the park manager and maintain during the entire performance of this contract the following: Insurance Type - General Liability (Bodily Injury and Property Damage Combined) Minimum Amounts of Liability $1,000,000. Each Occurrence $1,000,000 Aggregate. The contractor is required to provide a Certificate of Insurance to the park manager at the time of the pre-work conference. Safety Requirements: Performance of all services shall assure complete safety to public visitors, Government employees, Contractor employees, and all other persons in the area. The Contractor shall comply with any pertinent requirements contained in the Corps of Engineers Safety Manual (EM 385-1- 1), current at the time of award. Furthermore, the Contractor shall comply with pertinent occupational safety and health standards as required by the Occupational Safety and Health Administration (OSHA). The complete safety manual with appendices can be reviewed at the following Internet address: http://www.usace.army.mil/SafetyandOccupationalHealth/SafetyandHealthRequirementsManual. aspx. The Contractor shall provide Contractor personnel with any personal protective apparel and equipment required by the Safety Manual (EM 385-1-1) and, as necessary, eliminate or minimize hazards to personnel. As a minimum, each employee shall wear a hard hat, shirt (with sleeves), long trousers, fall protection harness with lanyard if required and protective shoes/boots during all contract work. Contractor employees shall utilize other safety equipment such as: hearing protection devices, work gloves, or protective glasses/goggles whenever required by the safety manual. Before the Pre-work conference, the contractor will be responsible to provide an approved Accident Prevention Plan, Activity Hazard Analysis, and information about any scaffolding systems or aerial lifting devices to be used including model number, height, weight and capacity of lift. All scaffolding systems and aerial lifting devices must be in compliance with the Safety Manual (EM 385-1-1). The contractor is required to attend a pre-work conference, to be scheduled by the park manager, within 10 calendar days after award of the contract. Security Requirements: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190- 13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the Technical POC NLT 5 calendar days after the completion of the training. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/everify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the Technical POC no later than 3 business days after the initial contract award. Invoice Requirements: Contractor Invoice: The Contractor will provide an invoice upon the completion of the installation work that includes the following information:  Contractor's name and address  Contract Number  Invoice number and date  Itemized listing of services of work performed  An invoice contact person  Signature of Contractor or Contractor's representative  Shall be addressed to: William H. Harsha Lake Attn: David Johnstone 2185 Slade Road Batavia, OH 45103 Or emailed to: David.L.Johnstone@usace.army.mil Site Visit: You are encouraged to attend a site visit which can be scheduled by contacting one of the following: Christopher Bass Christopher.A.Bass@usace.army.mil 513-797-6081 Brian Wilson Brian.R.Wilson@usace.army.mil 513-797-6081
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18T0075/listing.html)
- Record
- SN05081951-W 20180912/180910231658-3bfaa21e1555473bd4002905a72945ae (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 |