Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2011 FBO #3443
MODIFICATION

Z -- Monitor, Pump and Clean Septic Tanks

Notice Date
4/27/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
NER - CACO Cape Cod National Seashore 99 Marconi Site Road Wellfleet MA 02667
 
ZIP Code
02667
 
Solicitation Number
P11PS00488
 
Response Due
5/5/2011
 
Archive Date
4/26/2012
 
Point of Contact
Todd H. Scola Contract Specialist 5089570709 todd_scola@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement is to amend Solicitation number P11PS00488 to:A. Provide the following link to a map of the septic locations titled Acadia Septic Tank Locations (pdf-229kb); http://www.nps.gov/acad/parkmgmt/businesswithpark.htm. B. Extend the response date to 3 P.M. EST on May 5, 2011.C. Quotes will be accepted by email, and facsimile as well as by mail as specified in original synopsis. Quotes should be submitted to Todd Scola at Cape Cod National Seashore, 99 Marconi Site Road., Wellfleet, MA 02667; e-mail todd_scola@nps.gov; fax 508/349-9052.D. Add the following Department of Interior Clause 1452.228-70 - Liability Insurance; (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: Insurance Schedule (General): 1. Workman's Compensation and Employer Liability Insurance. Compliance with applicable Federaland State Worker's Compensation and Occupational Disease Statues shall be required. Employerliability coverage in the minimum amount of $100,000. 2. General Liability Insurance. Bodily injury liability insurance in the minimum amount of $1,000,000 per occurrence. 3. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of the policy and shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. The minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for propertydamage shall be required. b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificatewhich may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work.E. The original notice, P11PS00488, is copied here in its entirety:This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This is solicitation number Q1700-11-0610 is being issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This procurement is set-aside for small business concerns. The NAICS code being used for this project is 562991 with a size standard of $7 Million. The work of this project consists septic tank pumping and cleaning services to be performed at various locations throughout Acadia National Park, Bar Harbor, Maine. 1.Scope1.1.Acadia National Park requires the pumping of septic tanks and vault toilets throughout the National Park and legal removal of disposed septage. The service will include pumping each unit to include removal of all liquid and solids. Disposal must be at a legal and approved location. Contractor shall include the cost of legal disposal in the quoted unit prices.1.2.The contractor will thoroughly mix and pump to remove all contents from each tank. The contractor will transport pumped material to a licensed and approved disposal location. Proof of disposal is required prior to payment. 1.3.No utilities are available at the sites. The contractor is responsible for ensuring that each site, as related to the pumping of the tank, is clean and fit for public use prior to departure. 1.4.Tank volumes indicated in the tables are the tank design capacities. They are provided for estimating purposes only. 1.5.Local sewage treatment facilities have limited capacity to accept septage from outside sources. The contractor may need to confirm availability with local facilities prior to disposal. 1.6.Payment will be made only for quantities pumped at the quoted price per gallon. In order to receive payment of services the contractor will submit with their invoice copies of valid disposal ticket(s) from an approved facility. 1.7.Payment will be made via Electronic Funds Transfer. 2.Tasks2.1.Quote Item #1 - Pump and Clean Tanks 2.1.1.Identified in Table 1 are the septic tanks that require pumping, cleaning and removal of their liquid and solid waste content. These sites are marked and identified in Map 1 - Tank Locations. The contractor will provide all labor and equipment necessary to pump and dispose of septage from the septic tanks listed in Table 1. The tanks listed in Table 1 are to be pumped and cleaned only once during the period of performance. Tanks are accessed by surface mounted manhole covers set at-grade and will not require digging to access the tanks. Site -ID #Site Name Capacity GallonsFrequency8Bear Brook 1500 111Sand Beach 6000 111Sand Beach 6000 110Sand Beach Residence1000 113Fabbri 6000 115Wildwood Stables 4500 17Sieur De Monts 4500 17Sieur De Monts 4500 11Thompson Island Picnic3000 11Thompson Island Picnic Stor.4000 11Thompson Island Info5000 13McFarland Maint Pump Chamber 500 13McFarland Hill Storage6000 13McFarland Hill Maintenance1000 16AStorm Beach 500 12Dermott 1000 1TABLE 1: Tanks in Quote Item #1 - Pump Once 2.1.1.After an award is made and before the contractor will be allowed to start work, the contractor will submit a schedule indicating when they will pump the tanks listed in Table 1. The park will provide an escort to identify the tank locations. The contractor will work with the park to coordinate arrangements for locating the tanks with the park escort. 2.1.2.Tanks may be located in congested, highly visited areas. The contractor should schedule pumping to occur during times that minimize impact to visitors. 2.1.3.Payment will be made at the contract price per gallon for the actual quantity of septage pumped, hauled and disposed. 2.2.Quote Item #2 - Monitor, Pump and Clean Cadillac Mountain Tanks 2.2.1.There are three 2,000 gallon tanks at the summit of Cadillac Mountain that will require monitoring and pumping such that the tanks do not reach their maximum capacity at any point. The drain field has failed and is inoperable. These sites are marked and identified in Map 1 - Tank Locations. The contractor will provide all labor and equipment necessary to monitor, pump and dispose of sewage from the Cadillac Mountain tanks listed in Table 2. Site -ID #Site NameCapacity GallonsFrequency18Cadillac Mountain2000 As needed18Cadillac Mountain2000 As needed18Cadillac Mountain2000 As neededTABLE 2: Cadillac Mountain Quote Item #2 - As Needed 2.2.2.The contractor will monitor and pump the tanks in Table 2 to prevent accidental discharge. The contractor is fully liable for clean-up if overflow of the tanks occur at any point during the period of performance. 2.2.3. Average flow rates during the open season are approximately 1,500 gallons per day. During peak days the flow rate can exceed 3,000 gallons per day for the tanks listed in Table 2. During 2010 the total flow for the year was measured at 209,000 gallons. Peak days occurred on Memorial Day at 2,470 gallons and two days in August reaching 2,200 gallons. These statistics are provided for estimating purposes only. 2.2.4.The site is operational from early May to late October. This site is subject to high traffic and congestion during the day. The contractor shall align the pumping schedule to minimize impacts to the visitors and to avoid periods of high congestion. At no time during the period of performance should the tanks be allowed to exceed tank capacity resulting in the discharge of untreated sewage. 2.2.5. During repair of the drain field, the contractor will need to coordinate pumping activities with other contractors on-site. 2.2.6.Payment will be made at the contract price per gallon for the actual quantity of septage pumped, hauled and disposed. ?2.3.Quote Item #3 - Pump and Clean Vault Toilets 2.3.1.Acadia National Park requires the pumping of vault toilets within 48 hours of request. These sites are marked and identified in Map 1 - Tank Locations. The contractor will provide all labor and equipment necessary to pump and dispose of septage from the vaults listed in Table 3. Site -ID #Site Name Capacity GallonsFrequency 11Sand Beach Vault 1000 1-2 times 4Eagle Lake Parking Vault2000 2-5 times 5Eagle Lake Boat Ramp Vault1000 2-5 times 12Thunder Hole Vault 2000 2-5 times 16Jordan Pond Vault 1000 2-5 times 17Bubble Pond Vault 1000 2-5 times 19Brown Mountain Vault1000 2-5 times 20Parkman Mtn. Vault 1000 2-5 times 23Acadia Mtn. Vault 1000 2-5 times 28Pretty Marsh Vault 1000 2-5 times 26Ship Harbor Vault 1000 2-5 times 27Bass Harbor Vault 2000 2-5 timesTABLE 3: Vault Toilets Quote Item #3 - Within 48 Hours of Notice 2.3.2.Payment will be made at the contract price per gallon of septage pumped, hauled and disposed. 2.3.3.It is unknown at this time which of the vaults listed will require pumping. The Park will notify the contractor when pumping is needed for a specific vault. Contractor shall pump the vault within 48 hours of request. 2.3.4.Vault toilets may be located in congested, highly visited areas. The contractor should schedule pumping to occur during times that minimize impact to visitors. 1.Government Furnished Property1.1.The government will not furnish any equipment or property in support of this contract.2.Security2.1.The contractor will not be subject to security clearances. During initial site visits to all of the tanks listed in Tables 1, 2, 3 the contractor will be accompanied by a park escort to identify the exact location of the tanks and tank access points. 3.Period of Performance3.1.The period of performance on this contract shall begin at time of award and extend until 12/15/2011. 4.Quote Items: ItemDescription Quantity Unit Price Total1Quote Item #1 55,000 Gallons$/Gallon____________ ___________ 2Quote Item #2 210,000 Gallons$/Gallon____________ ___________ 3Quote Item #3 50,000 Gallons$/Gallon____________ ___________ Contact the Contracting Officer's Technical Representative (COTR), Keith Johnston, Facility Management Specialist, (W): 207-288-8755, email: Keith_Johnston@nps.gov for questions concerning the scope of work and to arrange a site visit. The Applicable Service Contract Act Wage Determination Table is as follows:WD 05-2241 (Rev.-11) was first posted on www.wdol.gov on 06/22/2010The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Award shall be made to that responsible offeror whose quote will be most advantageous to the Government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer (available at https://www.acquisition.gov/Far). The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition including the following additional FAR clauses which apply to this acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.219-6 Notice of Total Small Business Set-Aside; 52.223-5 Pollution Prevention and Right-to-Know Information. Only hard copies of quotes will be accepted. Electronic, facsimile, or email quotes will not be accepted. Quotes should be submitted to Todd Scola at Cape Cod National Seashore, 99 Marconi Site Road., Wellfleet, MA 02667; fax 508/349-9052 by 3:00 p.m. EST on April 26, 2011. Contact Todd Scola, Contract Specialist, 508/957-0709, fax 508/349-9052, e-mail todd_scola@nps.gov with questions concerning solicitation terms and conditions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS00488/listing.html)
 
Place of Performance
Address: Acadia National Park, Bar Harbor, ME
Zip Code: 04609
 
Record
SN02434392-W 20110429/110427234431-36a53c33af7bcbbfaf1ddbb58112df64 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.