Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2022 SAM #7491
SOLICITATION NOTICE

Z -- Z--Replace Failed Septic Tank & Systems, NPS-PINN

Notice Date
6/2/2022 10:31:39 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
PWR PORE MABO (84000) POINT REYES STATION CA 94956 USA
 
ZIP Code
94956
 
Solicitation Number
140P8422R0005
 
Response Due
7/5/2022 3:00:00 PM
 
Point of Contact
Gardner, Alanna, Phone: (415) 858-9668
 
E-Mail Address
alanna_gardner@nps.gov
(alanna_gardner@nps.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
REPLACE FAILED SEPTIC TANK & DRAINFIELD SYSTEMS, PINNACLES NATIONAL PARK, SAN BENITO COUNTY, CALIFORNIA. The National Park Service (NPS) at Pinnacles National Park (PINN) has a requirement for the demolition and abandonment of existing wastewater facilities and construction of new wastewater facilities within the East Side Campground, which is located approximately 25 miles south of Tres Pino, California. The Contractor shall provide all supervision, labor, equipment, testing, and supplies necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation. All work shall be performed in accordance with local, state, and federal laws. The Contractor shall obtain all necessary permits required to successfully complete the work. Per FAR 36.204 the project range is estimated to be between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) Code for this requirement is 237110, with a corresponding size standard of $39.5 million in annual gross receipts for the past three years. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. Contract bid item work includes: New Septic Tank for Comfort Station #1 (this item consists of providing all labor, materials and equipment required to construct the complete wastewater septic tank system in accordance with the project plans and specifications; this includes, but is not limited to, completing all required excavation, dewatering and shoring, providing and installing all required tank anchoring and bedding material, installation of all required septic tank system components including tankage, connective piping between new tank and existing comfort station, and all associated appurtenances, completion of all required tank testing, installation of all required backfill material, including geotextile fabric where required, and completion of all required compaction and site restoration in accordance with the project plans and specifications); New Septic Tank for Comfort Station #2 (this item consists of providing all labor, materials and equipment required to construct the complete wastewater septic tank system in accordance with the project plans and specifications; this includes, but is not limited to, completing all required excavation, dewatering and shoring, providing and installing all required tank anchoring and bedding material, installation of all required septic tank system components including tankage, connective piping between new tank and existing comfort station connective piping and all associated appurtenances, completion of all required tank testing, installation of all required backfill material, including geotextile fabric where required, and completion of all required compaction and site restoration in accordance with the project plans and specifications); New Septic Tank for Comfort Station #3 (this his price item consists of providing all labor, materials and equipment required to construct the complete wastewater septic tank system in accordance with the project plans and specifications; this includes, but is not limited to, completing all required excavation, dewatering and shoring, providing and installing all required tank anchoring and bedding material, installation of all required septic tank system components including tankage, connective piping between new tank and existing comfort station and all associated appurtenances, completion of all required tank testing, installation of all required backfill material, including geotextile fabric where required, and completion of all required compaction and site restoration in accordance with the project plans and specifications); New Septic Tank for Comfort Station #5 (this item consists of providing all labor, materials and equipment required to construct the complete wastewater septic tank system in accordance with the project plans and specifications; this includes, but is not limited to, completing all required excavation, dewatering and shoring, providing and installing all required tank anchoring and bedding material, installation of all required septic tank system components including tankage, connective piping between new tank and existing comfort station and all associated appurtenances, completion of all required tank testing, installation of all required backfill material, including geotextile fabric where required, and completion of all required compaction and site restoration in accordance with the project plans and specifications); New Septic Tank for Comfort Station #1 and #5 Sewer Lift Station (this item consists of providing all labor, materials and equipment required to construct the complete wastewater septic tank system in accordance with the project plans and specifications; this includes, but is not limited to, completing all required excavation, dewatering and shoring, providing and installing all required tank anchoring and bedding material, installation of all required septic tank system components including tankage, connective piping, including piping from Comfort Station #1 septic tank to Comfort Station #1 & #5 sewer lift station, and all associated appurtenances, completion of all required tank testing, installation of all required backfill material, including geotextile fabric where required, and completion of all required compaction and site restoration in accordance with the project plans and specifications); New Septic Effluent Pumping System for Comfort Station #2 (this item consists of providing all labor, materials and equipment required to construct the complete wastewater effluent pump system in accordance with the project plans and specifications; this includes, but is not limited to, completing all required excavation, dewatering and shoring, providing and installing all required tank anchoring and bedding material, installation of all required effluent tank system components including tankage, installation of all connective piping up through the drainfield ball valves, full installation of effluent pumping system, including controls, and providing all required connections to site electrical system, including completion of any necessary upgrades, completion of all required tank testing, installation of all required backfill material, including geotextile fabric where required, and completion of all required compaction and site restoration in accordance with the project plans and specifications); New Septic Effluent Pumping System for Comfort Station #3 (this item consists of providing all labor, materials and equipment required to construct the complete wastewater effluent pump system in accordance with the project plans and specifications; this includes, but is not limited to, completing all required excavation, dewatering and shoring, providing and installing all required tank anchoring and bedding material, installation of all required effluent tank system components including tankage, installation of all connective piping up through the drainfield ball valves, full installation of effluent pumping system, including controls, and providing all required connections to site electrical system, including completion of any necessary upgrades, completion of all required tank testing, installation of all required backfill material, including geotextile fabric where required, and completion of all required compaction and site restoration in accordance with the project plans and specifications); New Septic Effluent Pumping System for Comfort Station #5 (this item consists of providing all labor, materials and equipment required to construct the complete wastewater effluent pump system in accordance with the project plans and specifications; this includes, but is not limited to, completing all required excavation, dewatering and shoring, providing and installing all required tank anchoring and bedding material, installation of all required effluent tank system components including tankage, installation of all connective piping up through the drainfield ball valves, full installation of effluent pumping system, including controls, and providing all required connections to site electrical system, including completion of any necessary upgrades, completion of all required tank testing, installation of all required backfill material, including geotextile fabric where required, and completion of all required compaction and site restoration in accordance with the project plans and specifications); New Septic Effluent Pumping System for Comfort Station #1 and #5 Sewer Lift Station (this item consists of providing all labor, materials and equipment required to construct the complete wastewater effluent pump system in accordance with the project plans and specifications; this includes, but is not limited to, completing all required excavation, dewatering and shoring, providing and installing all required tank anchoring and bedding material, installation of all required effluent tank system components including tankage, installation of all connective piping from Comfort Station #5 pump station to Comfort Station #1 and #5 pump station, full installation of effluent pumping system, including controls, and providing all required connections to site electrical system, including completion of any necessary upgrades, completion of all required tank testing, installation of all required backfill material, including geotextile fabric where required, and completion of all required compaction and site restoration in accordance with the project plans and specifications); New Geotextile Sand Filter (GSF) Drainfield System for Comfort Station #2 (this item consists of providing all labor, materials and equipment required to construct the new 867 gallon per day Geotextile Sand Filter (GSF) wastewater disposal drainfield system from the latera ball valves through the drainfield system; this includes but is not limited to the completion of all required excavation and fill, installation of the required automatic distribution valve, installation of all required distribution/manifold piping from the valve to the individual GSF laterals, installation of all valving and associated piping and accessories, installation of the GSF system and associated appurtenances, in NSF Standard 245 configuration, completion of all required backfill/compaction and any surface restoration required in accordance with the project plans. This work also includes the installation of the new service meter at the Comfort Station in accordance with the plans); New Geotextile Sand Filter (GSF) Drainfield System for Comfort Station #3 (this item consists of providing all labor, materials and equipment required to construct the new 2,492 gallon per day Geotextile Sand Filter (GSF) wastewater disposal drainfield system from the lateral ball valves through the drainfield system; this includes but is not limited to the completion of all required excavation and fill, installation of the required automatic distribution valve, installation of all required distribution/manifold piping from the valve to the individual GSF laterals, installation of all valving and associated piping and accessories, installation of the GSF system and associated appurtenances, in NSF Standard 245 configuration, completion of all required backfill/compaction and any surface restoration required in accordance with the project plans. This work also includes demolition of portions of the existing water main, installation of a new section of water main, and installation of the new service meter at the Comfort Station in accordance with the plans); New Common Geotextile Sand Filter (GSF) Drainfield System for Comfort Station #1 and #5 (this item consists of providing all labor, materials and equipment required to construction the new 7,475 gallon per day Geotextile Sand Filter (GSF) wastewater disposal drainfield system from the lateral ball valves through the drainfield system; this includes but is not limited to the completion of all required excavation and fill, installation of the required automatic distribution valve, installation of all required distribution/manifold piping from the valve to the individual GSF laterals, installation of all valving and associated piping and accessories, installation of the GSF system and associated appurtenances, in NSF Standard 245 configuration, completion of all required backfill/compaction and any surface restoration required in accordance with the project plans. This work also includes the installation of the new service meter at Comfort Station #5 in accordance with the plans); Comfort Station Grease Interceptors (this item consists of providing all labor, materials and equipment required to install new above ground grease interceptors within existing comfort station buildings #2, #3 and #5 in accordance with the drawings and as directed by the Contracting Officer; this includes but is not limited to providing the selected grease interceptor product and completion of all required plumbing modifications necessary to install the grease interceptors in fully functional locations in line with existing building plumbing); Water Service Line and Connection to the Visitor Center/Store (this item consists of providing all labor, materials and equipment required to install the proposed new water service connection to a fully functional condition in accordance with the plans; this includes, but is not limited to, completing all required excavation, providing and installing all required bedding material, providing and installing the specified pipe and all required fittings, providing and installing all required trench backfill material, completing all required compaction, providing and installing the specified locate tape and completion of all required testing in accordance with the project plans and specifications); Demolition of the Existing Septic Tank for Comfort Station #4 (this item consists of providing all labor, materials and equipment required to complete the specified work required for the complete demolition of the existing septic tank system serving Comfort Station #4 in accordance with the project plans, specifications and state requirements; this includes but is not limited to the completion of all required excavation, dewatering, the completion of all required piping and tank demolition/abandonment, the removal and disposal of any extraneous materials, the supply and installation of any required backfill, the completion of any necessary compaction and any surface restoration required to return the site to pre-project conditions); Demolition of the Existing Septic Tank for Comfort Station #1 (this item consists of providing all labor, materials and equipment required to complete the specified work required for the complete demolition of the existing septic tank system serving Comfort Station #1 in accordance with the project plans, specifications and state requirements; this includes but is not limited to the completion of all required excavation, dewatering, the completion of all required piping and tank demolition/abandonment, the removal and disposal of any extraneous materials, the supply and installation of any required backfill, the completion of any necessary compaction and any surface restoration required to return the site to pre-project conditions); Demolition of the Existing Septic Tank for Comfort Station #2 (this item consists of providing all labor, materials and equipment required to complete the specified work required for the complete demolition of the existing septic tank system serving Comfort Station #2 in accordance with the project plans, specifications and state requirements; this includes but is not limited to the completion of all required excavation, dewatering, the completion of all required piping and tank demolition/abandonment, the removal and disposal of any extraneous materials, the supply and installation of any required backfill, the completion of any necessary compaction and any surface restoration required to return the site to pre-project conditions); Demolition of the Existing Septic Tank for Comfort Station #3 (this item consists of providing all labor, materials and equipment required to complete the specified work required for the complete demolition of the existing septic tank system serving Comfort Station #3 in accordance with the project plans, specifications and state requirements; this includes but is not limited to the completion of all required excavation, dewatering the completion of all required piping and tank demolition/abandonment, the removal and disposal of any extraneous materials, the supply and installation of any required backfill, the completion of any necessary compaction and any surface restoration required to return the site to pre-project conditions; Demolition of the Existing Septic Tank for Comfort Station #5 (this item consists of providing all labor, materials and equipment required to complete the specified work required for the complete demolition of the existing septic tank system serving Comfort Station #5 in accordance with the project plans, specifications and state requirements; this includes but is not limited to the completion of all required excavation, dewatering the completion of all required piping and tank demolition/abandonment, the removal and disposal of any extraneous materials, the supply and installation of any required backfill, the completion of any necessary compaction and any surface restoration required to return the site to pre-project conditions); OPTION - Demolition of Existing Comfort Station #4 (this item consists of providing all labor, materials and equipment required to complete the specified work required for the complete demolition of the existing structure designated as Comfort Station #4 in accordance with the project plans, specifications and state requirements; this includes but is not limited to the completion of all required excavation, the completion of all required building and associated materials demolition/abandonment, the removal and disposal of any extraneous materials, including any known or found hazardous materials, the supply and installation of any required backfill, the completion of any necessary compaction and any surface restoration required to return the site to developed conditions). The Request for Proposal (RFP) will be available on/about June 1, 2022, by electronic means only and can be downloaded along with all related attachments from the Contracting Opportunities website at www.sam.gov. The RFP will close 30 days from the actual date of issuance. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and factors other than price (relevant project experience, California contractor license, technical approach, scheduling and project management, and past performance) as listed in the Request for Proposal. An organized site visit will be scheduled. While not mandatory, offerors are urged and expected to inspect the site where the work will be performed. See Section L of the RFP (when issued) for more information regarding the date, time, and location of the site visit.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35ca9d79f8c2495e99169cc6a69ad9b7/view)
 
Place of Performance
Address: Paicines, CA 95043, USA
Zip Code: 95043
Country: USA
 
Record
SN06345618-F 20220604/220602230110 (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.