Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2020 SAM #6891
AWARD

F -- SEDIMENT REMOVAL FROM THE WATER TREATMENT PLANT SETTLING POND

Notice Date
10/9/2020 4:08:37 PM
 
Notice Type
Award Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
FA5004 354 CONS PK EIELSON AFB AK 99702-2200 USA
 
ZIP Code
99702-2200
 
Solicitation Number
FA5004-20-P-0083
 
Archive Date
10/15/2020
 
Point of Contact
TSgt Dural, SSgt Harris
 
E-Mail Address
chrissina.dural@us.af.mil, jeffrey.harris.22@us.af.mil
(chrissina.dural@us.af.mil, jeffrey.harris.22@us.af.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Award Number
FA500420P0083
 
Award Date
09/10/2020
 
Awardee
CHEMTRACK ALASKA, INC. Anchorage AK USA
 
Award Amount
667150.00
 
Description
Performance Work Statement Sediment Removal from the WTP Settling Pond Eielson AFB Alaska SECTION 1 Description of Services The Eielson AFB Water Treatment Plant uses six manganese oxide coated pressurized sand filters to remove the iron and manganese out of the bases drinking water. When the filters are backwashed, the backwash water is sent to a settling pond where the suspended matter settles out of the water. Over the years of backwashing the filters, there has been an accumulation of sediment in the settling pond which has reduced the depth to about 80% of its original capacity. The dimension of the pond is roughly 210 feet by 68 feet by 5 feet and has a capacity of approximately 306,000 gallons of water. The estimated amount of sediment accumulation is approximately two to three feet in the bottom of the settling pond, approximately 188,500 gallons, 800 cu. yards. The sediment is high in water content and must be de-watered to meet the requirement for no free liquids as determined by the ""Paint Filter Liquids Test"". The personnel at the Water Treatment Plant will collect a composite sample of the sediment and have it tested in accordance with the Toxicity Characteristic Leaching Procedure, test method 1311 as mentioned in 40 CFR 261.24 to ensure that the sediment is within the parameters for disposal. 1. SCOPE: Contractor shall provide all equipment, personnel, labor, and materials needed to perform sediment removal by using a suction dredge and use of a sludge press to obtain solids with no free liquid content as determined by the ""Paint Filter Liquids Test"". The Contractor shall also provide all equipment, personnel, labor, and materials needed to, load, transport and dispose of the sediment into Eielson's permitted land fill in the Quarry Hills area. The Contractor shall perform this work according to the following performance standards. 1.1. The settling pond has a gravel bottom; in the process of removing sediment the contractor shall disturb as little gravel as possible. 1.2. Removal of sediment should not interfere with the normal operation of the Water Treatment Plant. The plant will need to remain online during the operation and will need to have the ability to send backwash water to the settling pond for treatment. The contractor shall coordinate with Mr. Carter the WTP Supervisor at 907-377- 1449 or Mr. Hollowell, Water Systems Superintendent at 907-377-2264 as how this is to be accomplished. 1.3. During the course of work, the contractor should not interfere with the normal water flow of the settling pond or cause a situation that would lead to the water treatment plant violating their Wastewater Discharge Permit (#AKG380017), or any (ADEC) Alaska Department of Environmental Conservation or Air Force regulation. Run off or decanted water: Any and all water that comes out of the pond must go back into the pond. All work shall be done inside of water plant fenced in area; the area outside of the fence is a contaminated area. There shall be no work done on contaminated soil, and no equipment or vehicles parked on contaminated soil. Government will designate the area and mark the boundaries. Access to the site using the 'side gate' near the Garrison Slough pond outfall. Ground matting will be required to protect the grass and vegetation along the access route, from the paved road to the access gate. Small footprint is required. Any damage to the grass will be repaired by the contractor. 1.4. Transport dewatered sediment to the disposal site in vehicles or containers fitted with positive sealing devices. At a minimum, fit tailgates with a rubber seal, use additional tailgate locks, and cover the load with a securely fastened tarp. 1.5. Sediment disposal shall occur only within the designated disposal areas. Government will designate the area and mark the boundaries to ensure that the disposal area is within the location of one of the bases state permitted land fill in the Quarry Hill areas. 1.6. Clean accumulated sediment from transport trucks or vehicles within the confines of the disposal area immediately after depositing loads to prevent spillage and drag-out onto roadways. 1.7. Clean up area where the sediment was removed to ensure that no material is left behind and restore any grass or dirt areas that were damaged during the sediment removal process to their original state. SECTION 2 Government Special Instructions, Terms and Conditions 2. GOVERNMENT FURNISHED EQUIPMENT/PROPERTY: The Government will not furnish any facilities nor equipment for any work that needs to be accomplished in this Performance Work Statement. The contractor shall furnish all equipment and supplies needed to perform this contract according to all its terms. 2.1. HAZARDOUS MATERIALS: The Contractor shall comply with base regulations regarding Hazardous Material (HAZMAT) for all issues of hazardous material, and ensure procedures meet all applicable policies, publications, and protocols in this contract. Provide Bio-Environmental Engineer Service with a Material Safety Data Sheet (MSDS) on all first time purchases of hazardous items obtained through local sources of supply and obtain approval prior to purchase. 2.2. Government will perform administrative tasks required under the ADEC permit including notification to the state, sampling and analysis of sludge. 2.3. EMERGENCY MEDICAL SERVICE: The government will provide emergency medical treatment and emergency patient transportation service for contractor personnel who are injured or become critically ill while at Eielson AFB. Treated personnel will be responsible for reimbursing the government for the cost of medical treatment and patient transportation at the current inpatient or outpatient treatment rate. 2.4. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (Feb 2007), for contractor's failure to correct nonconforming services and 52.233-2 Protection of Government Building, Equipment and Vegetation & (APR 1984). 2.4.1. The Contractor shall use reasonable care to avoid damaging existing building, equipment and vegetation on Government installation. If the Contractor's failure to use reasonable care and cause damage to any this property, the contractor's shall replace or repair the damage at no expense to the government as the contracting officer directs. If the contractor fails or refuses to make such repair or replacement, the contractor shall be liable for cost, which may be deducted from the contract price. 2.4.2. HOURS OF OPERATION. Services shall typically be performed Monday thru Friday from 7:00 am to 5:00pm local time unless a different time has been coordinated with the Government. 2.5. SECURITY REQUIREMENTS. The contractor shall ensure each employee obtains pass and identification items as applicable for contractor personnel and contractor-owned vehicles. The Security Forces Pass and Identification office located at 2677 Wabash Ave (Bldg. 3125) issues these forms. The contractor will be escorted if he or she enters the main water plant facility. 2.5.1. The contractor shall maintain a current listing of employees. The list will include employee names and date of birth. This list shall be provided to the contracting officer and servicing security forces organization. An updated listing shall be provided upon change of employees. The Contractor must provide all names, social security numbers and duty hours of all personnel who will be on site at start or anytime during this project. 2.6. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. During times of crisis or national emergency, the contractor shall continue to provide services as scheduled, with minimal disruption of services if directed by a contracting officer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/19e58c525c9742298f5c35a01d8babb3/view)
 
Place of Performance
Address: Eielson AFB, AK 99702, USA
Zip Code: 99702
Country: USA
 
Record
SN05824717-F 20201011/201009230136 (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.