Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
AWARD

F -- Monitoring Well Pump Removal and Sampling Services, KAFB, Bulk Fuels Facility (BFF), New Mexico

Notice Date
9/10/2019
 
Notice Type
Award Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP19Q0066
 
Archive Date
9/24/2019
 
Point of Contact
Erica Talley, Phone: 5053423223
 
E-Mail Address
erica.m.talley@usace.army.mil
(erica.m.talley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912PP19P0043
 
Award Date
9/9/2019
 
Awardee
Agviq Environmental Services, LLC, 701 S Knik Goose Bay Rd Ste B, Wasilla , Alaska 99654, United States
 
Award Amount
$43,375.00
 
Line Number
0001
 
Description
Description: This action was awarded as an 8(a) Sole Source Set-Aside under the authority of section 8(a) of the Small Business Act. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the environmental support services as defined in this Performance Work Statement (PWS) except for those items specified as Government furnished property and services. The Contractor shall provide all equipment, materials, equipment and staff necessary to remove pumps, deploy passive samplers, collect field measurements, and retrieve passive samplers. 5.1.1 Base Task 1, Planning and Management: The groundwater monitoring program requirements are specified in the Work Plan for BFF listed in Section 6 and available to the public on the KAFB administrative record. The Contractor shall verify that they can abide by the existing procedures in the document or shall provide alternative methods in an SOP to be approved by USACE prior to field mobilization. The Contractor shall verify that they will abide by safety procedures specified in the approved existing Accident Prevention Plan (APP) and shall provide certifications for hazardous waste safety personnel. If the Contractor is not able to abide by the existing APP, they shall provide an APP document for USACE review and approval prior to field mobilization. The Contractor shall provide permitting necessary to access two (2) monitoring wells in City of Albuquerque residential streets. The wells KAFB-106026 and -106230 are located in driving and parking lanes and require City of Albuquerque barricade permits in order to be accessed by a heavy equipment. The Contractor shall provide for a safe and secure working environment for field staff and coordinate with the City of Albuquerque, Albuquerque Police Department, and USACE ahead of field activities to ensure safe conditions are maintained. The Contractor shall coordinate with the Air Force, USACE, and the Groundwater Treatment System (GWTS) Operating Contractor in order to successfully complete work included in this PWS. Regular meeting regarding field schedules, logistics, safety, and sample custody will be required. The Contractor may assume up to 12 meetings over the period of performance. The Contractor is expected to brief status of their activities and to prepare meeting minutes. 5.1.2 Base Task 2, Pump Removal, Sampler Deployment, and Sampler Retrieval: Prior to field mobilization, the Contractor shall procure passive disposal samplers and tether devices. The passive sampling devices shall be of specifications consistent with the passive sampling equipment and well specifications included in the Work Plan. The tethers shall be constructed for re-use and the sampling equipment may be disposable. The Contractor shall remove Bennett Sample Pumps from wells KAFB-10626 and -106230 located on Anderson Avenue SE. The Contractor shall verify that no sampling equipment or sediment is present within the screen area. If sediment or sampling equipment remains in the screen subsequent to pump removal, this material shall be removed during the same mobilization and shall be disposed of off-site. A minor amount (less than 2 feet) of sediment may be present in the sump. During the same mobilization, and upon removal of the pumps, passive sampling devices shall be deployed at each well. The pumps may be disposed of as non-hazardous municipal waste based on the waste profiles from the existing sample data. Municipal and construction waste need not be returned to KAFB for storage and profiling and shall be removed to an off-site disposal facility. The Contractor shall retrieve the passive sampling devices in accordance with the procedures included in the Work Plan, and no sooner than three (3) weeks from the date of deployment. The sampling devices shall be delivered to the GWTS Operating Contractor in accordance with quality control standards and monitoring schedule presented in the Work Plan. Static water levels and total well depth measurements shall be collected and documented. 5.1.3 Base Task 3, Reporting: The Contractor shall provide a field summary report documenting all field activities performed. The field report shall list all field staff, site visitors, and tasks performed each day. Waste profile and disposal documentation and completed permits shall be included in the field report. Field measurements for depth to water and total well depth shall be included. The sampling equipment specifications and deployment depth shall also be documented in the field report. The field report shall be provided for USACE review and approval. This document may be appended to subsequent BFF groundwater monitoring reports and will be reviewed by USACE to ensure that it is sufficient to meet the quality standard of documents produced for KAFB submittal to the state regulator. CMR requirements listed in Section 4.6 shall be included in Task 3. 5.2 Optional Services: Exercise of options is at the Government's discretion. The contractor shall not perform these optional services unless the Contracting Officer has executed a contract modification exercising the option. 5.2.1 Optional Task 4, Second Sampling Event: The Contractor shall deploy a passive sampling device in accordance with BFF Work Plans for groundwater monitoring for a second monitoring event. The sampling equipment shall be deployed and retrieve the sampling device according to the semi-annual monitoring schedule and in coordination with the GWTS Operating Contractor. The Contractor shall determine if traffic barricade permitting is required and shall ensure safety and security of field staff are maintained. All field efforts shall be documented in a field summary report delivered to USACE for review and approval. 5.2.2 Optional Task 5, Third Sampling Event: The Contractor shall deploy a passive sampling device in accordance with BFF Work Plans for groundwater monitoring for a third monitoring event. The sampling equipment shall be deployed and retrieve the sampling device according to the semi-annual monitoring schedule and in coordination with the GWTS Operating Contractor. The Contractor shall determine if traffic barricade permitting is required and shall ensure safety and security of field staff are maintained. All field efforts shall be documented in a field summary report delivered to USACE for review and approval.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP19P0043.html)
 
Record
SN05437495-W 20190912/190910230808-4dae5085a2a52205b9826d64ce0058bb (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.