Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2007 FBO #2079
SOLICITATION NOTICE

Z -- Design, Repair/Replace Septic System, Havasu National Wildlife Refuge, Lake Havasu, Arizona

Notice Date
8/4/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and General Services U.S. Fish & Wildlife Service PO Box 1306, Room 5108 Albuquerque NM 87103
 
ZIP Code
87103
 
Solicitation Number
201817Q044
 
Response Due
8/31/2007
 
Archive Date
8/3/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation issued by the U.S. Fish and Wildlife Service, Region 2, Albuquerque, New Mexico prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested and a written solicitation will not be issued. The solicitation number 201817Q044 is issued as a request for quotations and incorporated provisions and clauses that are in effect through FAC2005-18, Effective June 30, 2007. This procurement action is 100% small business set-aside. The NAICS code is 238910, small business size standard $13.0 million average annual gross receipts for the past three years. The contract price magnitude for this project is between $25,000 and $100,000. The Department of Labor Wage Determination that applies to this procurement: AZ070012, Dated 08/03/2007. The full text of the above wage determination may be obtained at www.wdol.gov. The Contractor shall provide all labor, supervision, transportation, equipment, tools, materials, and all other items and services necessary to design, repair and/or replace the septic system located at Havasu National Wildlife Refuge in accordance to the scope of work listed below. BACKGROUND: Havasu National Wildlife Refuge is approximately 25 miles northwest of Lake Havasu, Arizona and approximately 10 miles East of Needles, California along the Colorado River. The project is located at the Five-Mile Landing concession and seasonal/temporary RV Park. Five-Mile Landing is on the eastern shore of Topock Marsh just north of Golden Shears, Arizona. Five-Mile Landing contains approximately 74 full hookup RV spaces and 30 primitive camping spaces. Directions to Project Site: To reach Topock Marsh from Needles, California, exit I-40 on the J street exit. Turn northeast and follow the signs for Arizona 95. Cross the bridge into Arizona and turn right onto Courtwright Road. Watch for the refuge sign. Currently, the facility's septic system has failed and in need of replacement. The system will be replaced using an Arizona Department of Environmental Quality (ADEQ) approved alternate system. There is a single phase power available at the site. SCOPE OF WORK: This is to be design-build contract. Phase I will be the design and approval for the system. The system design will be based on the parameters listed below, will include the required soil testing (percolation) as required, and the required coordination with ADEQ to obtain all permits. Phase II will include all labor and materials needed to decommission the existing tank and leach field and installation of the new system. The current system to be replaced with an aerobic on-site sewage facility that combines and treats the waste water and sewage from the 36 mobile trailers, 1 public restroom and 4 toilets, 4 showers, 2 sinks and 1 urinal, 1 laundry room and 2 washers and 1 sink, and 1 fish cleaning station. The waste water will be disbursed by using either spray or subsurface irrigation to the landscape areas of the concession area. TECHNICAL SPECIFICATIONS: Designer Requirements (minimum): 1) The designer is required to be Professional Civil Engineers registered in the State of Arizona; 2) The designer shall have a minimum of 10 years design experience with state approved alternate system; 3) The designer shall have completed/permitted a minimum of 20 Alternative system designs approved by ADEQ, Mohave County, or ADEQ Northern Regional Office (NRO). System Requirements: 1) The proposed aerobic system will be designed and installed in accordance with all required state and local requirements. 2) The contractor shall have all certifications required by the state and local regulatory authorities. All certifications shall be submitted with quote for review by the U.S. Fish and Wildlife Service. 3) The minimum wastewater treatment system performance specifications (NSF 40 certified) and include the following: Biochemical Oxygen Demand: a) Influent BOD5 - 235 mg/L b) Effluent BOD5 - 10 mg/L Total Suspended Solids: a) Influent - 250 mg/L b) Effluent - 10 mg/L Total Nitrogen: a) Influent - 38 mg/L b) Effluent - 12 mg/L 4) The system shall also include the following features (as needed to gain permit approval): Odor Free Flow Equalization Effluent Filtration Chlorination De-Chlorination Remote monitoring of maintenance and alarms Minimum of 20 year operational life 5) Soil sampling and analysis shall be completed in accordance with state requirements. 6) The calculated waste water usage from the above listed sources is approximately 6,000 gallons per day. If ADEQ approved, multiple systems in parallel are acceptable. 7) The system will be installed outside the floodplain. However, there is special concern related to the groundwater. The groundwater is suspected to be less than 5 feet below the surface. 8) The existing septic connections will be disconnected from the existing tank in accordance with state and local requirements. The existing concrete tank (1500 gals) will be cleaned and decommissioned in accordance with state and local regulatory requirements. 9) The location of any existing water lines/electrical lines on the attached photo is approximate. The water line location needs to be verified by contractor to meet separation distance requirements with respect to water supply lines. Contact Lisa Rodriguez via e-mail to request copy of photo at lisa_rodriguez@fws.gov. PERFORMANCE TIME: Performance Time is 120 calendar days from issuance of Notice to Proceed. BASIS OF AWARD: The government anticipates award or a contract resulting from this solicitation to the responsive/responsible quoter whose quote conforms to the solicitation and is most price advantageous to the government. Award will be made on a best value analysis to include price, past performance, certifications, and quality. USFWS TECHNICAL POINTS OF CONTACT: Bernie Freeman, Regional Engineer, Ph: 505-248-7956. SITE VISIT INFORMATION AND DIRECTIONS: John Earle, Refuge Manager, Havasu NWR, Ph: 760-326-3853. SUBMISSION REQUIREMENTS: OFFERS ARE DUE ON AUGUST 31, 2007 AT 4:30PM LOCAL TIME. Quotes may be submitted on letterhead and must include, at a minimum, lump sum price for project, prompt payment terms, contract remittance address, DUNS number, federal tax identification number, name, phone number and address of your point of contact, a completed copy of FAR 52.212-3, and the proposed submittals described above. Quoters should include past performance information along with their quote. Also include any proof of certifications as requested above in the system requirements section. Submit two copies of quote to: U.S. Fish and Wildlife Service, Division of Contracting & General Services, Attn: Lisa Rodriguez, 500 Gold Avenue, SW, Room 5108, Albuquerque, New Mexico 87102. Amendments to this solicitation will be posted to the FWS electronic commerce website (https://ideasec.nbc.gov). Payment under this contract will be made by electronic funds transfer. Any contractor interested in participating in this acquisition MUST be registered in Central Contractor Registration (CCR) at www.ccr.gov before purchase order is issued. The provision at 52.212-2, Evaluation - Commercial items, applies to this acquisition. CLAUSES INCORPORATED IN THIS SOLICITATION: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-3 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer shall make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acqnet.gov FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES CLAUSE TITLE 52.212-01 Instructions to Offerors Commercial Items 52.212-02 Evaluation Commercial Items 52.222-06 Davis Bacon Act 52.211-10 Commencement, Prosecution, and Completion of Work 52.212-04 Contract Terms and Conditions ? Commercial Items 52.212-05 Contract Terms and Conditions Required to Implement Statutes Executive Orders-Commercial Items. 52.219-8 Utilization of Small Business Concerns 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41 Service Contract Act of 1965, as Amended 52.236-5 Material and Workmanship 52.236-7 Permits and Responsibilities 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvement 52.236-12 Cleaning Up 52.236-15 Schedules for Construction Contracts 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.223-13 Certification of Toxic Chemical Release Reporting 52.223-14 Toxic Chemical Release Reporting 52.223-15 Restrictions on Certain Foreign Purchases 52.232-5 Payments under Fixed-Price Construction Contracts 52.232-27 Prompt Payment for Construction Contracts 52.233-2 Service of Protest 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.236-28 Preparation of Proposals Construction 52.244-6 Subcontracts for Commercial Items
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144852&objId=367451)
 
Place of Performance
Address: Havasu National Wildlife Refuge, 25 miles northwest of Lake Havasu, Arizona and 10 miles East of Needles, CA (Mohave County, Arizona)
Zip Code: 85365
Country: USA
 
Record
SN01362570-W 20070806/070804220344 (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.