Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 31, 2020 SAM #6972
SOLICITATION NOTICE

F -- Water and Wastewater Tesing

Notice Date
12/29/2020 11:44:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
924110 — Administration of Air and Water Resource and Solid Waste Management Programs
 
Contracting Office
6923G5 ST LAWRENCE SWY DEV. CORP. MASSENA NY 13662 USA
 
ZIP Code
13662
 
Solicitation Number
6923G521R0201
 
Response Due
1/22/2021 9:00:00 AM
 
Archive Date
06/22/2021
 
Point of Contact
Kristin Mulvaney, Phone: 3157643236, Katie Maloney, Phone: 3157643260
 
E-Mail Address
kristin.mulvaney@dot.gov, katie.maloney@dot.gov
(kristin.mulvaney@dot.gov, katie.maloney@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Saint Lawrence Seaway Development Corporation (SLSDC) has a requirement for a contractor to provide Water and Wastewater Operator services. All work shall be performed for the SLSDC and related facilities. The Contractor must be capable to provide all labor, equipment, materials; to include tools and parts, transportation, supervision and licenses to perform the services. The SLSDC is soliciting a Firm-Fixed price contract with a performance period to include a Base Year from 02/01/2021 to 09/30/2021 with (4) Four One Year Option Periods. The NAICS Code is 924110. Award will be based on the best value to the Government. Evaluation factors are past performance and price. The solicitation is a set aside for Small Businesses. All relevant solicitation documents may be accessible to view on the date of issue at the following website: www.beta.sam.gov which will include the Performance Work Statement containing the points of collection, pricing schedule, requirements and necessary information. Any amendments to the solicitation will be posted solely on this website. It is the responsibility of the offeror to verify the number of amendments issued. All interested SB firms must be registered in SAM (www.beta.sam.gov) to be eligible for award of Government contracts. The Saint Lawrence Seaway Development Corporation (SLSDC or Corporation) is a wholly-owned U.S. Government corporation within the U.S. Department of Transportation which operates and maintains that portion of the St. Lawrence Seaway in US territorial waters between Lake Ontario and Montreal, Quebec.� A major part of the Corporation�s mission of facilitating the safe and efficient passage of commercial vessels through the Seaway is the operation and maintenance of Eisenhower and Snell Locks which are located in the town of Massena, New York.� The water and wastewater systems that support the SLSDC are critical to its mission. Scope: SLSDC has a potable water treatment plant located between Snell Lock and Maintenance Base that provides potable water to Snell Lock and Maintenance Base.� The potable water treatment system consists of a drilled well, groundwater source which supplies raw water to the water treatment building. Water is pumped from the well to a concrete chlorine contact tank inside of the water treatment building where chemical feed pumps inject Chlorine and Orthophosphate. High lift pumps supply finished potable water to either Snell Lock or Maintenance Base based on system demand. One set of 7 1/2 HP pumps are provided for each supply line. The water pumped to Maintenance Base is stored in an air over water pressure tank and the water pumped to Snell Lock is stored in its own air over water pressure tank. Operation of the system is accomplished with the use of automatic controls which utilize pressure switches and float switches. The combined average daily flow is approximately 1,000 gallons per day. SLSDC has a total of four (4) wastewater systems that operate under New York State SPDES permits.� They are located at Eisenhower Lock (north side), Eisenhower Lock (south side), Snell Lock (north side), and Maintenance Base.� All wastewater treatment systems utilize an anaerobic digestion system consisting of an influent sampling manhole, septic tank, lift station (Snell and Maintenance Base only), sand bed, chlorination box, effluent sampling manhole and outfall. The SLSDC is seeking a qualified third-party Contractor to complete the operation and testing of these systems as regulated by the governing agencies. Specific potable water system operating requirements include, but are not limited to: Operate the system per New York State Department of Health (NYSDOH) and report monthly to the NSDOH the daily operation which includes monitoring and recording at a minimum: Daily flow Chlorine � residual, dosing rate, and level Orthophosphate � residual, dosing rate, and level. Note: Orthophosphate residual target is 1.5 mg/L prior to the chlorine contact tank and to obtain a residual at points of use (i.e. faucets) verified by sampling periodically. Report all mechanical and/or operation issues to SLSDC as identified immediately. Coordinate and administer NYSDOH testing requirements as specified in the SDWIS/State Water Sample Schedule Reports. The SLSDC shall be copied on all correspondence with NYSDOH. SLSDC shall be forwarded copies of all sampling results with special attention called out on any failed and or test results out of parameters.� Contractor shall be responsible for all equipment and consumables to include but not limited to: Chlorine and Orthophosphate test meters. Replacement injection nozzles. Replacement PE tubing. Chlorine and orthophosphate Chlorine and orthophosphate DPD reagents Chemical feed pumps and replacement parts to be provided by SLSDC Specific wastewater system operating requirements include, but are not limited to: Operate system per the New York State Department of Environmental Conservation (NYSDEC) and/or applicable SPDES permits to include testing and reporting as stated by the NYSDEC and/or SPDES permits. The current SPDES permits are attached. Chlorine shall be provided by the Contractor. Report any discrepancies, issues, errors, and/or failures as identified to SLSDC. All testing equipment and consumables by contractor. Chlorination is currently accomplished by the addition of calcium hypochlorite tablets within the chlorination boxes. SLSDC Maintenance personnel will be onsite during the hours of 7:00 AM through 3:00 PM, Monday through Fridays excluding holidays.� Emergencies can be called in anytime. Requirements: The Contractor will need to have a qualified water operator with a minimum Class C operator in good standing with the NYSDOH to operate the potable water treatment system as well as submit and have on file a form DOH-4202 or �Designation of Water Operator in Responsible Charge� form with NYSDOH included in this solicitation for reference.� Additionally, if awarded, the Contractor will need to have a qualified individual to perform wastewater testing of the outfalls as defined above in the scope. During the performance of this contract, the Contractor must comply with requirements put forth by SLSDC that are result of, and intended to limit the spread of, the coronavirus disease known as COVID-19. The current requirements are attached. 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 will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.acquisition.gov/far/index.html The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Provision 52.252-2, Clauses Incorporated by Reference applies to this procurement. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov.� The offers must have an active SAM registration to be considered eligible for award. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.217-9 Option to Extend the Terms of the Contract (MAR 2000); 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-14, Limitation on Subcontracting; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 -- Payment by Electronic Funds Transfer System for Award Management; 52.222-17 Non-displacement of Qualified Workers; 52.222-41 Service Contract Labor Standards; 52.222-42 Statement of Equivalent Rates for Federal Hires (this clause is in full text below); 52.222-55 Minimum Wages Under Executive Order 13658, 52.222-62 Paid Sick Leave Under Executive Order 13706; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.217-8, Option to Extend Services; 52.252-2 Clauses Incorporated by Reference and 52.252-1 Solicitation Provisions Incorporated by Reference include: 52.204-7, System for Award Management; 52.209-2 Prohibition on Contracting with Inverted Domestic Corporation Representation; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. The below statement of indemnity also applies to this procurement.� By submitting a bid, the offeror agrees to the terms and conditions described below. The Contractor indemnifies and holds harmless the Corporation, its agents, servants, employees or officers against all suits, actions, claims, costs or demands, (including, without limitation, suits, actions, claims, costs or demands resulting from death, personal injury, and property damage) which the Corporation, its agents, servants, employees or officers may be subject or put by reason of damage or injury (including death) to the property or person of any one other than the Corporation, its agents, servants, employees, or officers arising or resulting in whole or in part from the fault, negligence, wrongful act or wrongful omission of the Contractor, or any subcontractor, his or their servants, agents or employees.� Such indemnity shall include, without limitation, suits, actions, claims, costs or demands of any kind whatsoever, resulting from death, personal injury or property damage occurring during the period of performance and with respect to any such suits, actions, claims, costs, or demands resulting from death, personal injury or property damage occurring after the expiration of such period, the rights and liabilities of the Corporation shall be as determined by other provisions of this Agreement or by law;� Provided, however, that such indemnity shall apply to death occurring after such period which results from any personal injury received during the period covered by Contractor indemnity as provided here.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ade7102137844f18e646c8534b8863d/view)
 
Place of Performance
Address: Massena, NY 13662, USA
Zip Code: 13662
Country: USA
 
Record
SN05881816-F 20201231/201229230111 (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.