Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOURCES SOUGHT

S -- Sources Sought:labor, material, equipment, and supervision to operate and maintain Water Treatment Plants, Waste Water Plants, Indoor Pools and Hollender Ice Rink, located at the United States Military Academy West Point, New York.

Notice Date
3/10/2009
 
Notice Type
Sources Sought
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, United States Military Academy, ACA, United States Military Academy, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SDWATERTREATMENT
 
Response Due
3/20/2009
 
Archive Date
5/19/2009
 
Point of Contact
Rufina Nelson, 845-938-8206<br />
 
Small Business Set-Aside
N/A
 
Description
1. The Contractor shall provide all labor, material, equipment, and, supervision in accordance with these specifications necessary to Operate and Maintain Water Treatment Plants, Waste Water Plants, Indoor Pools and Hollender Ice Rink, located at the United States Military Academy (USMA). West Point, New York. 2. The contractor, in performing this contract, shall provide for protecting the lives and health of employees and other persons, preventing damage to property, materials, supplies and equipment and avoiding work interruptions. For these purposes, the contractor shall adhere to the requirements of Engineer Safety Manual EM 385-1-1, OSHA 29 CFR 1926 Construction, and OSHA 29 CFR 1910 to Lockout, Tagout. A copy of EM 385-1-1 is available upon request from the E&CSB office. 3. The Contractor shall submit Material Data Sheet (MSDS) on any cleaning materials or chemicals utilized under this contract. The MSDS shall be submitted within 2 days after award of contract for approval by the Government Representative and shall be retained on site while performing the service. 4. The contractor shall provide an identification badge for each employee performing services under this contract. The identification badges shall contain the contractors name, employees name, contract number and project description. 5. Each contractor employee shall conspicuously display on his or her person the identification badge while performing work under this contract. 6. The contractor shall coordinate the date and time of service with the Government Representative, Mr. Greg Jones, Building 726, West Point, N.Y. 10996, Phone (845) 938-2109, within 1 day of award of contract. 7. The Contractor shall: a) Operate and Maintain Water Treatment PlantsThe Contractor shall operate, monitor, adjust, maintain, inspect, conduct tests and analyses, and report on the West Point Water Treatment System. The Contractor shall operate all plants and supply potable water IAW New York State Part 5 of the Sanitary Code, DA, American Waterworks Association (AWWA), and Federal regulations and guidelines. As part of daily operations and inspections, the Contractor shall submit a work request for all repair work outside the scope of daily operations outlined in this section. The West Point Water Treatment System consists of three water treatment plants (Lusk, Stony Lonesome and Camp Buckner) and one separate well system (Round Pond) that services West Point. The total average daily water use is 2.3 MGD and will peak at over four MGD during summer months. There are five separate water districts serviced by 13 storage tanks (nine concrete and four steel). The storage capacity of these tanks ranges from 175K gallons to 2.2 MG. There are five major lakes within the West Point watershed including Popolopen Lake-(500 MG), Stillwell Lake (720 MG), Mine Lake (64 MG), Long Pond (250 MG), and Lusk Reservoir (78 MG). The usable volume of water is 850 MG. The water distribution systems for the water plants consist of approximately sixty (60) miles of pipe ranging in size of 1 through 24 diameter. Materials used for mains are cast iron, steel, ductile iron and plastic. Refer to the map titled Water Overview for more specific information on the West Point Water Treatment System. The Contractor shall monitor all lakes, pump stations, intakes, dams, and storage tanks for water quality (unusual color, odor or debris), unusual activity in or around water body, changes in appearance of the dam, water level, and signs of vandalism. During heating months, the Contractor shall ensure all heated areas are above freezing. The Contractor shall submit a monitoring and inspection log NLT the 10th of the each month for review and approval by the CO or CO designated official. If the Contractor finds any vast changes within the system, or unusual observations, the CO or CO designated official shall be notified immediately. The Contractor shall anticipate rain events and adjust valves, as required, to keep the Popolopen Lake as full as possible. Popolopen Lake is not only used for water supply it is used for recreation and Cadet training. During the spring and summer months the lake must be kept as full as possible. Water flows from Popolopen Lake into Mine Lake. A valve is located in the dam at Popolopen Lake to control levels in Mine Lake. The Contractor shall keep the level in Stillwell Lake as high as possible during the spring and summer for Cadet training. Water flows from Mine Lake into Stillwell Lake. Stillwell Lake also supplies water to Long Pond through a pump station located next to Mine Road. The Contractor shall ensure adequate water levels in Stillwell Lake for correct operation of the Long Pond Pump Station. The Contractor shall operate and control the flash board at Stillwell Lake to control the water level. The Contractor shall regulate the valves located at Popolopen Creek below Stillwell Dam which is the intake structure for the pipeline that supplies water to Lusk Reservoir. The Contractor shall complete a Sampling Analysis Plan IAW New York State Part 5 of the Sanitary Code, and submit to the CO or CO designated official for review and approval. This plan must include, but not be limited to, number of samples and tests, frequency of samples and tests, location samples and tests, parameters and range of samples and tests. The Contractor shall submit test and analysis reports required by the New York State Part 5 of the Sanitary Code to the CO or CO designated official NLT the 5th of the following month for review and approval. The Contractor shall maintain all applicable Material Data Safety Sheets at each individual plant IAW OSHA regulations. All water plant operators and water distribution system operators shall maintain certification IAW New York State Part 5 of the Sanitary Code, as well as, a valid drives license. The Contractor shall use only chemicals approved for the use in water treatment as noted in the National Sanitation Foundation (NSF) and approved by the Orange County Department of Health. The Contractor shall order, store, record usage, and change containers as required to provide water meeting the noted standards. The Contractor shall submit a Chemical Usage Report to the CO or CO designated official NLT the 5th of the month, the amounts of each chemical used and ordered. The Contractor shall ensure that all chemical feed machines, injectors, meters, and probes are issuing the proper dosages and reading of each chemical. The Contractor shall sample, check, and log all taste and odor changes and complaints issued from the CO or CO designated official. The Contractor shall place in the daily logs all noted taste and odor changes and received complaints. The Contractor shall respond and investigate all complaints within twenty-four (24) hours, and place in the log the results of the investigation. The Contractor shall treat the water with activated carbon, as needed, until such a time when the taste and odor problem is rectified. The results of the solution to the complaint shall be issued to the CO or CO designated official NLT two (2) days after the complaint is received. The Contractor shall ensure that the emergency generator operates in the event of a power outage. The Lusk Water Plant, Stony Lonesome Water Plant, and Camp Buckner Water Plant all have an emergency generator that supplies electric power in the event of a power interruption or failure. The Contractor shall monitor and be responsible for generator fuel levels. The Contractor shall ensure the emergency generator is available to cover any outages. If the Quindar System goes off line, the Contractor shall visually observe the water levels in the tanks until the system is restored. The Contractor shall ensure that the emergency pump motors operates in the event of a power outage at the Long Pond Pump Station. The Contractor shall operate, maintain, and repair the emergency motors for the pumps. Each pump is powered by a gas engine which is not automatically started at a power failure. The Contractor shall complete a daily log for each plant and submit to the CO or CO designated official for review and approval. This log shall include, but is not limited to: number of gallons of water produced; tank levels, raw water intake, and net gain/loses within system; and complaints/problems for each shift. The Contractor shall collect and record the following weather data on a daily basis. The following data shall be collected at 8:00 a.m. daily: "temperature at time of observation; "daily maximum and minimum temperature; "amount and type of precipitation; and "weather description (e.g., fog, ice pellets, glaze, hail, and winds). This information is phoned into the National Weather Service daily. A report shall be issued to the CO or CO designated official for review and approval NLT the 5th of each month. The Contractor shall provide support of Academic Programs at West Point. Contractor tasks include, but are not limited to, support to cadet laboratory experiences, classroom participation by operators and staff, speaking requests, and the availability of information on plant operational criteria, standards of operation, and performance results. All tours, speaking engagements, and written information shall be in the presence of or through the CO or CO designated official. Please email your company name, email address, and some relevant experience. Please specify if your company is small business, 8a, Hubzone, or Service Disabled Veteran Owned Business. This sources sought is intended for market research purposes and responses to this notice are due by 20 March 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04f30b732eb610663d17514edc85c985&tab=core&_cview=1)
 
Place of Performance
Address: ACA, United States Military Academy Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY<br />
Zip Code: 10996-1514<br />
 
Record
SN01766205-W 20090312/090310220558-04f30b732eb610663d17514edc85c985 (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.