Washington Bids > Bid Detail

Operation & Maintenance of the Quinault Wastewater Treatment System

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159121001302661
Posted Date: Mar 8, 2023
Due Date: Mar 23, 2023
Solicitation No: 1240BD23Q0047
Source: https://sam.gov/opp/eae83fef8e...
Follow
Operation & Maintenance of the Quinault Wastewater Treatment System
Active
Contract Opportunity
Notice ID
1240BD23Q0047
Related Notice
1240BD23Q0047
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA-FS, CSA NORTHWEST 2
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 08, 2023 10:07 am PST
  • Original Response Date: Mar 23, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: M1PD - OPERATION OF WASTE TREATMENT AND STORAGE FACILITIES
  • NAICS Code:
    • 221320 - Sewage Treatment Facilities
  • Place of Performance:
    Quinault , WA
    USA
Description

This is the pre-solicitation notice for the forthcoming solicitation and attachments, which are expected to be posted on or around 24 MAR 2023.

The scope of the requirement is to perform The Contractor shall perform operation and maintenance (O&M) of the Quinault Sewage Treatment Plant (QSTP), which consists of the Lake Quinault Wastewater Treatment Plant (WWTP); two primary influent pumping stations; four secondary influent grinder pump stations; the associated influent collection piping; and five drain fields including the distribution lines, located along South Shore Road of Lake Quinault. O&M includes normal maintenance tasks, periodic major maintenance tasks, and the disposal of sludge from the WWTP.



The Procurement Method will be Contracting by Negotiation. The NAICS Code for this procurement is 221320 with a size standard of $25.5 Million. This is a SMALL BUSINESS SET-ASIDE acquisition.



The USDA Forest Service intends to solicit and award a single-award standalone options contract with a base ordering period of 12 months, and optional ordering periods of 48-months. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. The Geographic scope is the NW Washington. The anticipated award date is June 2023.



This contract will replace a contract for similar services awarded in 2017.



Statement of Work:



This solicitation and any resulting contract are for performance of the following services:



C1.1. The Contractor shall perform operation and maintenance (O&M) of the Quinault Sewage Treatment Plant (QSTP), which consists of the Lake Quinault Wastewater Treatment Plant (WWTP); two primary influent pumping stations; four secondary influent grinder pump stations; the associated influent collection piping; and five drain fields including the distribution lines, located along South Shore Road of Lake Quinault. O&M includes normal maintenance tasks, periodic major maintenance tasks, and the disposal of sludge from the WWTP.



C1.2. Contractor shall perform emergency repair and provide callback services on the systems listed above; and



C1.3. Contractor shall perform testing and monitoring of the Quinault Wastewater Sewage System which includes sampling, testing, and reporting as outlined in the System Operation Manual, Lake Quinault Work Station Wastewater Treatment Facility.



Services shall be performed, as needed, seven (7) days per week for the contract period. The Forest Service estimates operation and maintenance of this facility requires 60 operator hours per week. An operator shall be on site at least two (2) hours per day.



Contractor shall furnish all labor, materials, supplies, supervision, transportation, small tools, equipment, incidentals and services, unless otherwise listed as Government-furnished, necessary for the day-to-day operation and maintenance (O&M) of the Quinault Wastewater Sewage System in accordance with the Washington State, Department of Health Annual Operating Permit and the System Operation Manual, Lake Quinault Work Station Wastewater Treatment Facility.



C-2 Description and Location



C2.1. Location



The facility is located in Quinault, Washington, along the South Shore Road of Lake Quinault, Grays Harbor County, Washington. Lake Quinault is approximately 47 miles north of Aberdeen/Hoquiam, Washington, on US Highway 101. The Forest Service



Quinault Work Station is on South Shore Road, 1.5 miles East of Hwy. 101, next to the Quinault Lodge. The WWTP is ¼ mile up the hill from the Quinault Work Station.



C2.2. Description ― General Plant Description



Influent enters the WWTP from Pump Station No. 1 through the mechanical fine screen, which removes large debris. Influent then enters the equalization tanks where it is mixed with decanted liquor from the sludge storage tank. Influent then enters the gravity manhole and is mixed with liquor from the membrane filtration tanks. The influent is then split and sent to the membrane filtration tanks for processing. Processed material goes to the effluent tank for distribution to the drain fields. Some material from the membrane filtration tanks feeds back to the equalization tanks or gravity manhole and to the sludge tank.



Flow to the WWTP fluctuates significantly both diurnally and seasonally. Seasonally, the flow to the plant will fluctuate from 5,000 gallons per day (gpd), or less during the winter months, to 60,000 gpd on peak summer days. Usage comes from the Quinault Lodge, two Forest Service campgrounds and a trailhead parking area, several intermittently used homes, and the Quinault Work Station. Use varies significantly throughout the year. The Primary Operator is responsible for plant adjustments to maintain efficient operation of the plant. Automatic and manual monitoring assists the plant operators in maintaining efficient plant operation.



A process schematic and hydraulic profile of the plant is attached in Section J of this contract for clarification purposes. It is intended to illustrate the plant only and is not intended to be a detailed representation of the plant process. Detailed information can be found in the System Operation Manual, Lake Quinault Work Station Wastewater Treatment Facility, which is available for physical inspection at the WWTP and at the Supervisor’s Office (1835 Black Lake Blvd.SW, Olympia, WA 98512). These are the only two physical locations where copies of the manuals are kept.



Critical systems within the plant have been duplexed for redundancy to allow repairs to be made without shutting down the plant. In addition, the controls have been designed to allow human control of critical systems in the event of a Programmable Logic Computer (PLC) failure. The WWTP, primary pump station No. 1 and pump station No. 2 have backup generators and transfer switches to maintain power during outages. Other pump stations will accept manually connected generators.



The wastewater treatment plant was originally constructed in the 1970s and was upgraded to a Membrane Bio-Reactor (MBR) facility that utilizes a membrane filtration package manufactured by Zenon Corporation in 2006. The designed flow rates are 24,000 gpd average annual flow, 40,000 maximum monthly flows, 80,000 gpd peak day flows, and 360,000 gpd peak instantaneous flow.



This plant is operated under a LOSS Annual Operating Permit issued by the Washington State Department of Health (WA DOH) (Permit No. GHB009). The permit mandates effluent standards. The permit identifies the plant type as a



Membrane Bio-Reactor. The Primary Operator in charge of day-to-day operations shall be a Group II operator. At a minimum a Secondary Operator certified as Group I shall be in charge during all regularly scheduled shifts. The Primary Operator needs to be available to assist the Secondary Operator in a timely manner to meet permit requirements put forth by DOH.



C-3 Government-Furnished Property (GFP)



The Government will provide the following item(s) of Government property to the Contractor for use in the performance of this contract. This property shall be used and maintained by the Contractor in accordance with the provisions of the "Government Property" FAR clause contained elsewhere in the contract.



C3.1. General Description



a. Quinault Wastewater Treatment Plant;



b. Control panels, with mechanical and Operation & Maintenance manuals;



c. Spare Parts as listed on the “Spare Parts List” spreadsheet, maintained



by the Primary Operator, stored onsite at the Treatment Plant; in



building #2507 on the Quinault Work Station ; or in the Quinault Office



Building, in a locked room designated for “QSTP Storage”;



d. Laboratory and other equipment including, but not limited to:



1. Dissolved Oxygen Probe Service Kit: YSI DY 834, or equal;



2. Dissolved Oxygen Meter: YSI model 50B, or equal;



3. Dissolved Oxygen Probe: YSI model DY-833; or equal;



4. Analytical Balance: Cole Parmer model L-11402-00, or equal;



5. Portable pH Meter;



6. Book Standard Method for the Examination of Water and Wastewater, 18th Edition;



7. Graduated Cylinder 500 ml (2 required) Hach, or equal;



8. Thermometer: -30 to 120°F with 1°F increments. VWR 61011-022;



9. Microscope: Reichert L151 MPD, or approved equal;



10. Refrigerator for sample storage: VWR Model R406G, or approved



equal;



11. Refrigerator for food storage;



12. Evaporating Dishes: 120 ml, pack of 6, VWR 25310-110, or equal;



and



13. Drying Oven: Stabil-Therm Model No OV12A, or approved equal.



14. Fluke Meter and Accessory Kit



15. Lawn Mower



16. Weed Eater



17. Leaf Blower



18. Pressure Washer



19. Portable 250-piece tool kit



C3.2. Government-Furnished Expendable Items



The Government will not furnish expendable items, the replacement of these items will be the responsibility of the Contractor.



a. Fuel for Forest Service owned equipment, a government project card will be provided to purchase diesel and gas for Forest Service owned equipment: generators, mower, weed eater, leaf blower and pressure washer.



b. Electrical panel and Mechanical system parts. These parts shall be stored at the WWTP or in the designated locked room in the Quinault Forest Service Office.



C3.3. Government-Furnished Property (GFP) and Parts Inventories



a. Equipment Condition Inventory



The Contractor and Contracting Officer’s Representative (COR) will jointly conduct an inventory of Government-furnished property and a condition survey of all major system components. General condition of individual pieces shall be agreed upon by the COR and the Contractor in writing.



During the course of the contract, the contractor shall be responsible for maintaining an accurate record of all equipment inventoried. The record shall include description, dates of repair work, replacement, maintenance, name of party doing the repair or replacement, and costs.



b. Spare Parts and Materials Inventory



Parts for routine repairs, all related lab testing equipment, tools and expendable items shall be inventoried by the COR and Contractor.



The Contractor shall complete the documentation for this inventory.



The COR and Contractor shall also establish a list of parts and materials that are to be maintained on hand for normal operation and maintenance. The contractor shall prepare this list for documentation purposes and present it to the COR for approval. This listing shall include item description and quantities and will be used in conjunction with the inventory to determine a "maintenance needs list".



The Contractor shall be responsible for maintaining and updating inventories.



The Contractor shall produce a computerized spreadsheet preferred format is Microsoft Excel of inventories for presentation to the COR in electronic format.



The Contractor shall maintain a spare parts inventory adequate to bring the system back into operation within six (6) hours after shutdown due to failure.



The Contractor shall maintain accountability and use records of all spare parts in inventory, and upon completion of contract, promptly transfer spare parts to the Government.



C3.4. Emergency Response



The Contractor shall take action to continue operation of the WWTP during power outages meeting permit. Items acquired and used by the Contractor during storm events or other emergencies, to continue operation of the WWTP will be reimbursed by the Government upon receipt of supporting documentation.



C.3.5 Government Furnished Services



The Forest Service will pay for and provide the following services:



a. Annual WA DOH Operating Permit



b. Electrical troubleshooting and repair





C-4 Contractor Obligations



The contractor shall furnish all labor, supervision, transportation, small tools, equipment, expendable items and incidentals listed below, unless otherwise listed as Government-furnished, necessary for the day-to-day operation and maintenance (O&M) of the WWTP in accordance with the Washington State Department of Health Permit and the System Operation Manual, Lake Quinault Work Station Wastewater Treatment Facility.



The Contractor is responsible for the coordination, removal, and disposal of the sludge. The sludge tank shall be periodically pumped and biosolids waste hauled off-site to a disposal site by a licensed service provider



The Contractor shall provide a vehicle which is capable of transporting the backup generators when needed during power outages. This vehicle shall also have a DOT approved portable diesel tank with pump secured in the bed of the vehicle. The vehicle shall be less than 10 years old and in good working order at all times.



The Contractor shall ensure that all personnel having direct unescorted access to the WWTP comply with 48 CFR CHAPTER 1, 52.204-9.



The Contractor shall create and maintain an inventory system to keep items in stock, determine cost effective re-stocking levels, and allow adequate time for resupply.



C4.1. Contractor-Furnished Expendable Items



The Contractor will furnish the initial supply of the following expendable items and replace these and other items as needed:



a. Lab glassware



b. Funnel filters



c. Filter paper



d. Disposable Lab glassware



e. Lab chemicals



f. Paper towels



g. Soaps and cleaners



h. Oils and greases



i. Oil filters



j. Poly-mesh bags for grit



k. Sodium Hypochlorite



l. Sodium Hydroxide



m. Light bulbs



C.4.2 Contractor Furnished Services



The Contractor will provide the following services:



a. Sludge removal and disposal.



b. Laboratory analysis of monthly and quarterly sample meeting WA DOH permit requirements



C-5 Definitions



C5.1 Wastewater System



All sewage main collection lines and appurtenances (gravity and pressure, manholes, pump stations); treatment plant (including treatment building, pumps, motors, process controls and electrical schematics); all system controls (including remote annunciator and pump station controls, lightning arrestors, and alarm system); effluent lines and drain fields; sewer pumps; O&M manuals; lab equipment; and emergency power generators.



C5.2 Equipment



All system mechanical and electrical components used for both normal and emergency operation, including, but not limited to: lab/office appliances; sampling equipment; switches; motors; pumps; valves; thermostats; heat tape; samplers; control panels; and telecommunication equipment; with the necessary tools and supplies for operation and maintenance of the equipment.



C5.3 Expendable Items



Items that are consumed due to the routine work process called for in the contract.



C5.4 Routine Operation and Maintenance Time/Proposed Work Schedule



Routine operation and maintenance shall be conducted seven (7) days per week. This time will be used for performing routine operation and maintenance functions described in Section C.



The contractor shall present their proposed normal work schedule to the COR for review and approval. The contractor's schedule shall be such as to allow for coordination of activities around heavy use periods of the day as well as for continued operation of the plant in compliance with the permit requirements.



The contractor shall spend a minimum of two hours per day on site. Additional time may be needed to allow for delivery of samples to the certified lab, or picking up spare parts or equipment.



C5.5 Routine Repair



Routine Repair includes the following: trouble shooting cause of failure; hand excavation to repair sewer lines; unclogging lines without mechanized line cleaning equipment; equipment repair within the capabilities of the spare part inventory; and assisting, when needed, with repairs performed by the Government, or outside sources.



C5.6 Repair Other Than Routine



If troubleshooting and/or repair require equipment and/or repair parts outside the scope of routine repair, Contractor shall notify COR of findings, including an estimate of time, services, and supplies needed for repair. With CO written approval, Contractor shall proceed with repair on an approved schedule.



C5.7 Responsible Charge



Responsible charge is defined as active, daily, on-site representation and performance of wastewater system and equipment operations, including routine operations and maintenance activities. This definition will be applied to the description of Primary or Secondary operator. The Primary Operator will be considered the "operator of record." Secondary Operator at a minimum shall be in charge during all regularly scheduled shifts.



C5.8 Down Time



Down time is the period when the system is not operable due to failure of a significant component, or due to circumstances beyond the Contractor's control.



C-6 Personnel Qualifications and Responsibilities



C6.1. Operator – General



Operator responsibilities (Primary and Secondary Operator) include the following:



a. Implement all provisions in the System Operation Manual, Lake Quinault Work Station Wastewater Treatment Facility. This includes but is not limited to: equipment maintenance scheduled and completed as recommended by individual equipment manufacturers, logs kept and electronically transmitted to COR on a monthly basis.



b. The Contractor shall develop standard operational procedures augmenting information in the System Operation Manual, Lake Quinault Work Station Wastewater Treatment Facility that may be used later to update these manuals. Present these written standard operational procedures to the COR for review and approval within one month of determination. Operate the WWTP as the manual directs and, if proper results are not obtained, inform the COR and Contracting Officer.



c. Maintain WWTP efficiency, throughout all daily and annual flow fluctuations.



d. Keep working areas clean, orderly, and safe.



e. The WWTP is in a highly visible location. The contractor shall maintain good relations with the public. There may be times when WWTP tours will be requested by the COR. During these tours, the contractor shall receive visitors courteously. Show the WWTP with professionalism, sharing accurate information.



f. The contractor may be requested to provide work direction and any necessary on-the-job training to Government personnel and/or seasonal employees. This is expected to be infrequent and limited in scope. The COR will coordinate such training in advance with the contractor.



g. Establish a preventive maintenance program and present the written description of this program to the Contracting Officer for review and approval within 30 days of contract award.



h. Maintain accurate operating records. Records will show trends and causes and provide information that must be reported to the DOH within operating permit requirement timelines. Detailed daily logs are to show a picture of tests made and actions taken which bear upon WWTP efficiency.



i. Communicate with the COR regarding any necessary updates to the System Operation Manual, Lake Quinault Work Station Wastewater Treatment Facility.



j. Make all necessary negotiated updates to the System Operation Manual, Lake Quinault Work Station Wastewater Treatment Facility both physically on the hard copy manual kept at the WWTP and electronically in the Word, Excel, AutoCAD, etc. files, provided within one month of determination.



k. Maintain communications with the COR at a minimum of monthly and as needed.



l. Operate in a cost effective and efficient manner.



m. Keep informed about current operation practices for similar treatment WWTPs.



n. Read and understand the System Operation Manual, Lake Quinault Work



Station Wastewater Treatment Facility manual within 3 months of being assigned to work at the WWTP.



o. When the Primary Operator is unavailable for any length of time, it is critical that a Backup Primary Operator is provided as described below.



The Backup Primary Operator shall provide the same services and shall have the same responsibilities as the Primary Operator.



The Backup Primary Operator shall meet the same education, rating, and work experience minimums as listed for a Group II operator.



C6.2 Qualifications and Certification – General



A wastewater system Primary Operator shall have a Group II certification, as defined by Washington State Department of Ecology (WSDOE). The wastewater system Primary Operator is required to be the responsible person in charge of operating the WWTP. The wastewater system Primary Operator shall have a minimum of two years of experience as the on-site responsible person in charge, including day-to-day operations and maintenance, monitoring, compliance testing, WWTP adjustment, and emergency response. The wastewater system Primary Operator shall demonstrate knowledge and experience in full WWTP operation; or equivalent experience and training which demonstrates the ability to perform the above-described duties.



A wastewater system Secondary Operator, with Group I certification as defined by WSDOE, may perform the day-to-day operation of the WWTP. The wastewater system Secondary Operator shall have experience in day-to-day operations and maintenance, monitoring, compliance testing, WWTP adjustment, and emergency response. The wastewater system Secondary Operator shall demonstrate knowledge and experience in full WWTP operation; or equivalent experience and training which demonstrates the ability to perform the above-described duties.



C6.3 Training Programs



The Contractor shall provide training required to maintain the qualifications of the WWTP Primary Operator, the Secondary Operator, and the Backup Primary Operator. Qualifications are defined by WSDOE in their operator certification requirements.



C.7 BioPreferred Program Requirements



The Contractor shall comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, “Strengthening Federal Environmental, Energy, and Transportation Management,” and the Federal Acquisition Regulation to provide biobased products.



The Contractor shall utilize products and material made from biobased materials (e.g., biobased greases, biobased hydraulic fluids, biobased absorbents) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer Representative (COR).



The following is an example list of products that may be used in this contract for operations and maintenance for which biobased products are available. The list is not all inclusive. It is desirable that vendors be able to supply the greatest number of biobased products listed meeting the health and environmental specifications.



Hydraulic fluids Penetrating lubricants



Concrete and asphalt release fluids Absorbents



Diesel fuel additives Greases



Dust suppressants 2-cycle engine oil



Wood and concrete sealers Fertilizers



Roof coatings Water tank coatings



Adhesive and mastic removers Cleaners



Sorbents Floor finish



Floor stripper Composite panels



Insulating foam Sealers



Carpet Metalworking fluids



Graffiti and grease removers Stain removers



Degreasers De-icers



Biobased products that are designated for preferred procurement under USDA’s BioPreferred program must meet the required minimum biobased content as stated in the USDA Final Rule available at www.biopreferred.gov. The Contractor should provide data for their biobased products such as biobased content.



In addition to the biobased products designated by the U.S. Department of Agriculture in the BioPreferred Program, the Contractor is encouraged to use other biobased products.



The Contractor shall submit with the initial proposal a complete list of biobased products, indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. Additionally, the winning Contractor on each anniversary date of the contract shall compile a complete list of biobased products, including the information above, purchased to carry out the contract requirements. The Contractor shall list volume to be used and total cost for each individual product. This information will provided to the COR and will be used for reporting purpose.



The Contractor shall comply with the provision of FAR 52.223-1, Biobased Product Certification and clause FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. Within thirty (30) days of contract award, the Contractor shall submit an Operations and Maintenance Plan. This submittal shall be approved by the COR in writing. The Contractor shall not commence work until this submittal is approved by the COR in writing.



The Plan must be reviewed and updated annually, and as required by the COR and must contain and define the following elements:



1. The Contractor’s written policy stating its commitment to the use of biobased products, employee health and safety, and sound environmental management practices.



2. Detail on how the Contractor intends to keep abreast of the increasing availability of biobased products and how any new or improved products will be incorporated on an ongoing basis into contract performance.



3. Proposed biobased operations and maintenance products which must be selected in accordance with the criteria included above. At a minimum, the Plan must identify products by brand name for each of the product types.



NOTE: A Contractor may propose more than one product within a product category and/or propose a product or products addressing more than one product category.



The product guides which define standard operating procedures for instructing staff in the proper use, storage, and disposal of biobased products; proper maintenance of equipment; and other procedures/instructions to accomplish work under this contract.



The Contractor shall provide data on the quantity and dollar values of biobased products used in this contract. The data will be submitted to the COR annually.



A demonstration of proper use, an effective training program, and technical assistance are essential to the success of the purchase and use of some biobased products that may function differently than a conventional product


Attachments/Links
Contact Information
Contracting Office Address
  • 1220 SW 3RD AVE
  • Portland , OR 972042829
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >