SOLICITATION NOTICE
H -- Work shall consist of furnishing all labor, equipment, tools and materials necessary to operate, repair, maintain and perform tests for two (2) wastewater (sewage) treatment plants (STPs), bar screens and lift stations.
- Notice Date
- 1/11/2007
- Notice Type
- Solicitation Notice
- NAICS
- 221320
— Sewage Treatment Facilities
- Contracting Office
- US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- W912ES-07-T-0043
- Response Due
- 1/19/2007
- Archive Date
- 3/20/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Work shall consist of furnishing all labor, equipment, tools and materials necessary to operate, repair, maintain and perform tests for two (2) wastewater (sewage) treatment plants (STPs), bar screens and lift stations. The facilities are located at Leech Lake and Sandy Lake in central Minnesota. The Leech Lake STP is located adjacent to the town of Federal Dam off Cass County Highway 8 twelve miles north of State Highway 200 and 8 miles South of Highway 2. The Sandy Lake STP is located approximately 12.5 miles North on McGregor off State Highway 65. The wastewater treatment plants are extended aeration tertiary treatment systems. Facilities consist of basket screens, a lift station, aeration chamber with primary cla rifier, a holding tank, and a tertiary filtering system with a pre-settling tank, sand filter, mud tank, and clear well chamber. The final chamber is a chlorine/de-chlorination contact tank disinfection system. Each plant, including an office/test buildi ng, is enclosed by a security fence. The maximum allowable discharge from each treatment system is as follows: Leech Lake - 10,000 gal/day; Sandy Lake - 7,000 gal/day. Leech Lake and Sandy Lake are both class C facilities. Work shall be required seven days a week including holidays. The contractor shall respond to an emergency situation as soon as possible but not longer than 8 hours after notification. The problem must be corrected as soon as possible after the contractor arrives on the scene. The term of the basic contract is one (1) year with four (4) option years. On-site performance occurs approximately form April 15 October 20th each year. The contractor responsible for executing this contract must have as a minimum a current Class C State of Minnesota Wastewater Treatment Facility Operators Certificate and all operators shall have as a minimum a Class D certificate. The contractor shall com ply with the Wastewater Treatment Facility Contract Operator Guidelines dated June 1996 as stated in Minn. R. Ch. 9400. The number of operators along with a copy of each of the operator's current license must be supplied to the Contracting Officer along with the bid prior to commencement of work. Within 5 days of receipt of written notice to proceed, the Contractor shall f urnish a written statement indicating the normal composition of the entire work force. THE FULL SOLICITATION SHOULD BE AVAILABLE ON 19 JANUARY 2007. PLEASE CONTACT NATHAN JOHNSON AT Nathan.d.johnson@mvp02.usace.army.mil or 651-290-5418 IF YOU ARE INTERESTED IN RECEIVING THE FULL SOLICITATION AND SCOPE OF WORK. If you have any questions reg arding the contracting or bid process please call.
- Place of Performance
- Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
- Zip Code: 55101-1638
- Country: US
- Zip Code: 55101-1638
- Record
- SN01209759-W 20070113/070111221311 (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 |