Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2007 FBO #2032
SOURCES SOUGHT

C -- Spokane Arsenic Study

Notice Date
6/18/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue Mail Stop RX-24,, Seattle, WA, 98121, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SPO-07-01
 
Response Due
7/6/2007
 
Archive Date
8/3/2007
 
Description
The purpose of this announcement is to request submission of SF-330s for use in selecting a firm to perform professional engineering services. This is not a request for proposal. A set-aside determination will be made after receipt of SF-330s and a firm fixed price contract will be pursued with the most highly qualified firm. The project is being administered by the U.S. Indian Health Service (IHS) for the benefit of the Spokane Tribe of Indians, based in Wellpinit, Washington. ------------------- Work covered under this project consists of a hydrogeologic study and other professional services. The purpose of the hydrogeologic study is to identify and evaluate options for bringing two water systems on the Spokane Indian Reservation into compliance with EPAs new arsenic standard. The project will be accomplished in three phases. Phase 1 is required, phases 2 and 3 may or may not be required depending on the results of Phase 1. ------------------- Phase 1 Hydrogeological Data Collection includes accessing and compiling existing data characterizing the local aquifers in order to determine the geologic setting of known arsenic-enriched groundwater. Depth of research for each system shall be sufficient to conclude likely source(s) of elevated arsenic in water system wells. Water quality data shall be provided by IHS for accessible wells in the vicinity of the community wells and shall include analyses for the following parameters: Total Arsenic (As), As III, As V, Iron (Fe), Manganese (Mn), Calcium (Ca), Magnesium (Mg), Hardness as CaCO3, Sodium (Na), Silica (SiO2), Phosphate (PO4-P), Sulfate (SO4), Chloride (Cl), pH, Total Alkalinity as CACO3, Total Organic Carbon (TOC) ------------------- Based on professional interpretation of the data gathered for each system, the Consultant shall develop a preliminary conceptual site model that captures the quantity and quality of known occurrences of potable groundwater resources in each area. Upon review of the conceptual site model, if IHS and the Tribe determine that new water sources and/or blending water sources are not feasible options for either or both of the water systems, the Consultant will be directed to bypass Phase 2 of this Project Scope and proceed with Phase 3 as outlined below. ------------------- Phase 2 Physical Investigation of Local Aquifers consists of physical investigation based on the conceptual site model(s) developed in Phase 1. Physical investigation shall implemented to verify (if possible) the existence of arsenic-free or low-arsenic water sources for each system. Physical investigation may include hydrogeological modeling of the aquifer(s), geophysical assessment of subsurface conditions, or other technical strategies proposed by the Consultant and approved by the Tribe and IHS. ------------------- Phase 2 reporting shall include an Engineering Report that provides detailed recommendations with cost estimates (including capital costs, operation and maintenance costs, and replacement costs) for siting, drilling, developing, and delivering water of adequate quality and quantity from new full-scale production wells and/or blending new production wells with existing water wells for each water system. Recommendations for siting future production wells shall include GPS coordinates with mapped locations. Phase 2 reporting shall also include narrative discussion and graphical presentation of well siting recommendations through surface maps and subsurface cross sections. Background analytical data, pump test results, geophysical output, relevant reports, and other pertinent information shall be made part of the Engineering Report via appendices. Separate documents are required for each of the two water systems. ------------------- Upon review of the Engineering Reports, if IHS and the Tribe determine that new water sources and/or blending water sources are not feasible options for either or both of the water systems, the Consultant shall be directed to proceed with Phase 3. ------------------- Phase 3 Arsenic Treatment Technology Analysis & Design ? includes analysis of arsenic treatment technology alternatives and their applicability to the local water systems, recommendation of an arsenic treatment system, and a preliminary design of the recommended treatment system(s). Cost estimates (including capital costs, operation and maintenance costs, and replacement costs) shall be provided for each of the alternatives considered. The Consultant shall also identify any environmental issues associated with each of the alternatives considered. Upon reaching an agreement with IHS on the preferred treatment method, the Consultant shall develop a preliminary design to include plans, specifications, and building and equipment requirements. A site survey shall not be required. ------------------- Performance Period ? It is anticipated that the requirements set forth herein as Phase 1 of the work will be fulfilled within 40 calendar days after receipt of the start work order from IHS. Upon completion of Phase 1, a determination shall be made whether to proceed with Phase 2 work or to bypass Phase 2 and proceed with Phase 3 work. Phase 2, if required, will be fulfilled within 105 calendar days after completion of Phase 1. Phase 3, if needed, will be fulfilled within 75 calendar days after completion of Phase 2. ------------------- Contractor Personnel Requirements. The selected contractor for this study must hire or employ a professional engineer or hydrogeologist registered in Washington state. The selected contractor should, through one or more key personell, possess experience in the following: ground water resource evaluation, including use of geophysical and other remote sensing methods to evaluate aquifer properties, fracture trace analysis, chemical analysis, well siting, design and implementation of aquifer testing programs, analysis of pump test data to determine sustainable water yields, arsenic treatment technology principles and practice, and the construction of ground water test wells, production wells, and arsenic treatment systems as well as expertise with the associated benefit-cost judgments involved in choosing an arsenic remediation strategy. ------------------- Evaluation Factors. Evaluation Factors are listed in descending order of importance: ------------------- 1. Technical Expertise ? Hydraulic/Hydrogeologic Engineering Applications. Knowledge and experience of staff that will be performing work under this contract, including subcontractors. Emphasis will be placed on Key Personnel project experience involving ground water resource evaluation including the use of geophysical and other remote sensing methods to evaluate aquifer properties, fracture trace analysis, chemical analysis, well siting, design and implementation of aquifer testing programs, analysis of pump test data to determine sustainable water yields, hydrogeologic modeling, development of innovative solutions to water supply problems, and preparation of design and construction drawings for water supply projects. ------------------- 2. Specialized Technical Expertise ? Arsenic Treatment Technology Analysis and Design Applications. Knowledge and experience of staff that will be performing work under this contract, including subcontractors. Emphasis will be placed on Key Personnel project experience involving analysis and comparison of arsenic treatment alternatives, including environmental impacts, cost estimates (capital costs, operation and maintenance costs, and replacement costs), and constructability issues for arsenic treatment methodologies, development of innovative solutions to groundwater arsenic contamination problems, and preparation of design and construction drawings for arsenic treatment projects. ------------------- 3. Staff Availability. Ability of the Offeror to provide sufficient staff resources and management of staff to ensure successful completion of work on time. ------------------- 4. Past Performance. Qualifications of the Offeror based on past performance on Government contracts or private industry contracts. Quality of past performance will be based on reported success in areas listed below, with emphasis placed on projects under the management of Key Personnel: general quality of work, professional integrity evident in quality of work, effective working relationships with contract representatives, completion of work on schedule, and accurate project cost estimating. ------------------- 5. Environmental expertise. Offeror's ability to provide qualified staff with knowledge and experience in water supply environmental issues, with emphasis on the following areas: knowledge of environmental regulations associated with the supply, treatment, and distribution of safe drinking water. ------------------- 6. Location in the general geographical area of study. ------------------- The requirement is being procured utilizing Architect/Engineer procurement procedures as described in FAR 36. ------------------- SF-330 Part I and Part II must be submitted by July 6, 2007, 2:00 p.m. local time to Mr. Casey Lafran, IHS Division of Engineering, 2201 6th Ave. Suite 937, MS-24, Seattle WA 98121. Only hard copies of SF-330s will be accepted. Submit 3 copies of the SF-330 Part I and Part II with a cover letter that references your firms DUNS number and Tax ID Number (TIN). Prospective contractors must register in CCR prior to the award of a contract. Information on the registration process can be obtained via the CCR web site, http://www.ccr.gov.
 
Place of Performance
Address: Wellpinit, Washington
Zip Code: 99040
Country: UNITED STATES
 
Record
SN01321378-W 20070620/070618220302 (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  © 1994-2020, Loren Data Corp.