Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2005 FBO #1223
SOLICITATION NOTICE

J -- Operation and Maintenance Services of Wastewater Treatment Plant

Notice Date
3/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-310, El Paso, TX, 79902
 
ZIP Code
79902
 
Solicitation Number
IBM05R0004
 
Response Due
5/31/2005
 
Archive Date
6/15/2005
 
Description
The International Boundary and Water Commission, United States Section, (USIBWC), has a requirement for a firm-fixed price contract for operation and maintenance (O&M) services of the South Bay International Wastewater Treatment Plant (SBIWTP) which includes Canyon Collection Systems, Pumping and Conveyance Facilities, and the South Bay Land Outfall from the SBIWTP up to and including the South Bay Ocean Outfall drop shaft sewage air valve assemblies. The plant is located at 2995 Clearwater Way, San Diego, San Diego County, California, north of the International Boundary, and near the intersections of Monument and Dairy Mart Road. The SBIWTP is a 25 million gallon per day (MGD) advanced primary wastewater treatment plant. The plant is treating wastewater originating in Tijuana, Baja California, Mexico and the treated effluent is being discharged to the South Bay International Ocean Outfall and is subject to the requirements of the National Pollutant Discharge Elimination System Permit. The advanced primary treatment process train consists of: influent conveyance, preliminary treatment to include mechanical screening and aerated grit removal and dewatering, influent pumping, chemically enhanced primary sedimentation, with the capability of chlorination with sodium hypochlorite and dechlorination with sodium bisulfite. Solids processing consists of sludge and skimming pumping facilities, unstabilized sludge storage, sludge conditioning facilities, belt filter press dewatering and lime stabilization of primary solids. Stabilized sludge, screenings, and grit will be trucked to Mexico for dedicated landfill disposal at no cost to the Contractor. The Contractor shall be required to coordinate the solids collection and disposal with representatives of the Mexican Government as a requirement of daily operation of the facilities. The Contractor shall be responsible for providing all labor, material, management and other resources required to perform full service operation and maintenance of the SBIWTP. Full service operation and maintenance is defined as complete facility operation and maintenance, including but not limited to providing day-to-day contract management, planning, supervision, administration, personnel; plant influent and effluent sampling and laboratory testing; equipment servicing, repair and replacement; system monitoring and operation; data recording management and reporting; quality assurance; utilities; capital improvements; vehicle fleet management, operation, maintenance and repair; housekeeping; ground maintenance; consumable supplies including chemicals and other services related to the operation and maintenance of the SBIWTP. The resultant contract will be for a basic period of one year with four (4) one-year options to extend the term of the contract. Tentative dates for issuing and closing of the solicitation are April 28, 2005 and May 31, 2005 respectively. A pre-solicitation conference will be held within two (2) weeks after issuance of the solicitation. Requests for receipt of the solicitation must be submitted in writing by April 18, 2005 to the International Boundary and Water Commission, U.S. Section, Attn: Pat Singer, 4171 North Mesa, C-100, El Paso, Texas 79902. No telephone requests will be accepted. Award of any resultant contract is subject to funds availability. All responsible sources may submit an offer that will be considered. Award will be to the responsible firm whose proposal conform to the solicitation and offer the best value to the government, price and other factors considered.
 
Place of Performance
Address: San Diego, San Diego County, California
Zip Code: 92173
 
Record
SN00779784-W 20050402/050331212718 (fbodaily.com)
 
Source
FedBizOpps.gov 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.