Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2025 SAM #8495
SOLICITATION NOTICE

S -- BALDHILL DAM/LAKE ASHTABULA PROJECT SANITARY MAINTENANCE

Notice Date
2/27/2025 1:38:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES25QA002
 
Response Due
3/12/2025 9:00:00 AM
 
Archive Date
03/27/2025
 
Point of Contact
Karl Just, Phone: 6512905768, Jesse Onkka, Phone: 6512905444
 
E-Mail Address
karl.p.just@usace.army.mil, Jesse.L.Onkka@usace.army.mil
(karl.p.just@usace.army.mil, Jesse.L.Onkka@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SCOPE OF WORK BALDHILL DAM/LAKE ASHTABULA PROJECT SANITARY MAINTENANCE CONTRACT SCOPE OF WORK BACKGROUND. The Baldhill Dam/Lake Ashtabula Project is a multi-use project with multiple campground and day use recreation facilities in North Dakota, managed by the U.S. Army Corps of Engineers. It is located 12 miles northwest of Valley City, North Dakota. SCOPE OF WORK. Duties include pumping of sewage waste from the comfort station, sewage treatment plant, fish cleaning stations, dump stations, campground host tanks and vault privies (see attached map). PERIOD OF PERFORMANCE. The Contractor shall perform services as ordered by the Government. The maximum 5-year duration of the contract includes a one(l) year base period and four (4) one (1) year option periods, that will be exercised at the discretion of the Government. The following are the ordering periods: Base period: 1 May 2025 through 31 October 2025 Option 1: 1 May 2026 through 31 October 2026 Option 2: l May 2027 through 31 October 2027 Option 3: 1 May 2028 through 31 October 2028 Option 4: l May 2029 through 31 October 2029 Pumping, cleaning, and refilling shall be performed between (8:00 AM and 6:00 PM Central - Monday through Thursday No Monday holiday pumping. Any other times or days shall need prior manager's approval. East Crossing Comfort Stations, All Dump Station and Fish Cleaning Stations at MMRA, Eggert�s and West Crossing shall be pumped weekly. BHD Staff will schedule all privy vaults, campground host vaults, campsite vaults, BHD office septic tank, wash bay tank and Eggert�s comfort station sludge tank. CONTRACTOR FURNISHED ITEMS AND SERVICES. The Contractor shall furnish all labor, supervision, tools, and equipment necessary to perform work under this contract. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary insurance, licenses, and permits for complying with any applicable Federal, State and County laws, codes and regulations in connection with the performance of the services. All disposal of sewage shall be in strict accordance with applicable Federal, State of North Dakota, and local regulations. The contractor shall submit a copy of required state permits/licenses to the Contracting Officer prior to the start of work. Operators shall be certified by the state of North Dakota and shall submit a copy of certification and proof of insurance to the Contracting Officer office prior to the start of work each season. RECORD KEEPING. The contractor is required to complete a Sanitary Waste Removal Record (provided by the Government) upon completion of each pumping and submit to BHD office by 8:00 A.M. the following day. PAYMENT. The contractor shall submit an invoice to the BHD Office at the end of each month. The invoice shall include the following information: Contractor�s name, address, the date, contract number, quantity pumped, and contractor's signature. SAFETY. Vaults are considered to be confined spaces if entry is required for cleaning. All work shall be done in accordance with the Corps of Engineers Safety and Health Requirements Manual -EM 385- 1-1 and available at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-l- 1.pdf. ORIENTATION. Prior to the start of work, the Government will provide an orientation meeting for the Contractor and their personnel. This meeting will include the discussion of contract requirements, facility inventory, safety considerations, and other pertinent information. Damage to Government Buildings, Equipment, and Vegetation. The Contractor shall be responsible for notifying the Park Manager of any apparent damage to Government buildings, equipment, vegetation and natural features that are related to the work under this contract. The contractor shall notify the Park Manager within 24 hours of discovery of damages and is responsible to repair or replace any damage they caused at no cost to the government. REQUIREMENTS VAULT PRIVIES: The contractor shall pump vaults within 48 hours of notification by the BHD office. Privy vaults shall be completely pumped empty and all debris (to include bottles, cans, etc.); sludge removed and properly disposed of. Vaults will be backfilled by BHD staff. CAMPGROUND HOST SITES AND CAMPSITE VAULTS: The contractor shall pump tanks within 48 hours of notification. The host sites actual pumping may differ from year to year due to the possibility of the site having a different host and family size occupancy. SIBLEY FISH CLEANING STATION, EGGERTS COMFORT STATION, BHD OFFICE SEPTIC TANK AND WASH BAY TANK: Shall be pumped within 24 hrs. of notification by BHD staff. NOTE: Sanitary services/pumping needs will fluctuate accordingly to visitation usage throughout the project. Pricing shall be per/gallon and whole pennies. Payment will be made for gallons removed. Contractor shall have a sight tube or measuring the number of gallons being loaded. (Refer to Attachment 1 for above locations) Sustainable Acquisition Guidance 3.1. Safer Choice: The contractor shall provide Safer Choice labeled products under this contract, as applicable. The contractor is encouraged to visit http://www.epa.gov/saferchoice/products for updated lists of qualifying products. 3.2. Bio-based: The United States Department of Agriculture (USDA) designates certain biobased products for federal procurement and specifies minimum biobased content levels for those products. Any designated product that is being offered or supplied under this contract shall meet USDA BioPreferred's minimum biobased content level. Visit the BioPreferred web site (https://www.biopreferred.gov/BioPreferred/) for the complete list of designated products and the associated minimum biobased content level requirements. Point of Contact: The on-site point of contact is: Todd Kapaun 701-845-2970 ext 5613 Todd.Kapaun@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a7565f14cc4f4685adcbad43400d2c65/view)
 
Place of Performance
Address: Valley City, ND 58072, USA
Zip Code: 58072
Country: USA
 
Record
SN07355776-F 20250301/250227230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.