The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a contract to evaluate and rehabilitate well #5 at the Leavenworth National Fish Hatchery located at 12790 Fish Hatchery Road, Leavenworth, WA 98826. The base bid item will be a firm fixed price and the additive bid item to perform repairs or rebuild the pump, motor, VFD or line shaft will be a time and material line item Project is a small business set-aside. Applicable NAICS code is 237110. Small business size is defined as $36.5 million or less annually when averaged over a three year period. The period of performance is mid May 2018 through mid July 2018.
Site Visit: Firms interested in attending a site visit will meet on Wednesday, January 3, 2018 at 1 PM local time at the above address. If attending the site visit please contact Steve Croci at steve_crocci@fws.gov or (509) 548-7641.
Date for submission of Questions: Contractors should submit any questions on this project directly to Karl Lautzenheiser at Karl_Lautzenheiser@fws.gov later than close of business on Friday, January 5, 2018. Questions will be consolidated and answers provided by issuance of an amendment directly thereafter.
The following is an overview of the required tasks.
1.0 SCOPE OF OBJECTIVES
1.1 Background:
1.1.1 The US Fish and Wildlife Service, Leavenworth National Fish Hatchery in Leavenworth, is in need of services to perform a complete rehabilitation overhaul of Well #5, including but not limited to repairing, rebuilding, or replacing critical components such as the pump, motor, variable frequency drive (VFD), and/or metering device, and improvements to the well casing,
1.1.2 Leavenworth National Fish Hatchery (LNFH) is a spring chinook salmon facility located in north central Washington State, on Icicle Creek, about three miles south of the town of Leavenworth, WA. Fish production is reliant on ground water supplied by wells. Well #5 is not performing at its original production.
1.1.3 Well No. 5 is equipped with a 75hp pump and motor with a variable speed drive. The well is housed in a wood framed building with a metal roof and the building, pump and associated equipment appeared to be in satisfactory condition. The well was drilled in 1979 to a depth of 300 feet and has a screened casing between 250 and 300 feet below ground. The well typically produces 800 to 1,100 gpm in the winter months and is then shut off in late May or early June. The well is then typically run for a period in late summer and produces between 450 to 900 gpm. The water temperature is typically just below 52°F.
1.2 Base Proposal: Evaluation and Rehabilitation of LNFH Well #5
1.2.1 Pull the pump, motor, and line shaft of Well #5.
1.2.1.1 Information from a 2008 contract shows the installed pump as:
1.2.1.1.1 Fairbanks Morse Vertical Turbine Pump, 121.3+
1.2.1.1.2 60Hz, 3 stage, 75 HP,
1.2.1.1.3 1800 rpm Synch speed
1.2.1.1.4 9¿ diameter
1.2.1.1.5 8¿ Suction and Discharge
1.2.1.1.6 1500 US gpm with 160 ft. of head
1.2.1.2 GE 50hp Motor Model #5KE326DTT6003 (see attached 2007 information)
1.2.1.3 230/460V, 3 Phase, 4 Pole
1.2.2 Perform a pre-cleaning video camera investigation of approximately 300 feet of well casing. The investigation is to determine any defects, debris, or other in the existing well casing.
1.2.3 Clean Well #5
1.2.3.1 Scrub / Surge the block well
1.2.3.2 Dry Ice Treatment
1.2.3.3 Jet out loose materials
1.2.3.4 Contractor may suggest other methods for Government consideration and approval.
1.2.4 Perform a post-cleaning video camera investigation of approximately 300 feet of well casing. The investigation is to determine any defects, debris, or other in the existing well casing.
1.2.4.1 Provide 2 copies of the pre and post cleaning results to the government by accurately depicting any problem areas. The final report shall include a narrative of findings, and digital photos or a video. All electronic submittals shall be viewable on standards Microsoft Windows software.
1.2.5 Pump, Motor, VFD, and Line Shaft
1.2.5.1 Perform normal maintenance Service to the Pump, Motor, VFD, and Line Shaft. Make any minor field repairs or corrections to remedy deficiencies.
1.2.5.2 Identify any problems discovered and report to the Government. Any major repairs or rebuilds will be negotiated for time and costs, if needed.
1.2.5.3 Reinstall Pump, Motor, VFD, and Line Shaft and ensure all are operational. Test well to ensure correct performance.
1.3 Additive Work: Repair or Rebuild Pump, Motor, VFD, or Line Shaft
1.3.1.1 Identify any problems discovered in the Base Bid Work and report to the Government.
1.3.1.2 Price and Delivery/Repair times will be negotiated.
1.3.1.3 Submit products for Government approval.
1.3.1.4 Perform the Repair or Rebuild to make Well #5 fully operational.
1.4 PERIOD OF PERFORMANCE
1.4.1 The work window will be mid-May through mid-July of 2018.
1.5 LOCATION OF WORK
1.5.1 Physical Project Location: U.S. Fish and Wildlife Service (USFWS),
Leavenworth National Fish Hatchery
12790 Fish Hatchery Road
Leavenworth, WA 98826
1.6 INQUIRIES
1.6.1 Contracting Officer¿s Representative: David Morton / COR, 907-786-3579
USFWS, Region 1, 7 & 8 Division of Engineering
1011 E Tudor Rd, Mailstop 131
Anchorage, AK 99503
David_morton@fws.gov
(907) 786-3579
1.6.2 Leavenworth Fish Hatchery Project Manager: Steve Croci
Steve_croci@fws.gov
USFWS, LNFH
12790 Fish Hatchery Road
Leavenworth, WA 98826
(509) 548-7641
1.7 DEFINITIONS
CO Contracting Officer
COR Contracting Officer¿s Representative
LS Lump Sum
Provide Furnish and install.
USFWS U.S. Department of Interior, Fish and Wildlife Service
1.8 GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS / INFORMATION:
1.8.1 Vendor is responsible for all equipment and supplies.
1.8.2 Any available as-built technical information will be provided by the Government.
1.9 SITE AVAILABILITY
1.9.1 The work site is accessible from existing local roads.
1.9.2 There is no USFWS housing available for the contractor(s). Local lodging is available.
1.9.3 Work Hours: Monday through Friday, 7:00 a.m. to 4:00 p.m. except federal holidays, unless approved otherwise.
1.9.4 Special arrangements must be made in advance if work will occur during non-duty hours including week nights, weekends, and Government holidays.
1.10 INSPECTION AND ACCEPTANCE
1.10.1 Inspection: The Work is subject to observation and/or inspection by the USFWS and other authorities having jurisdiction.
1.10.2 Acceptance: Acceptance of the work is contingent on compliance with the requirements set forth in the specifications, drawings, and other documents awarded with (or referenced by) the contract for this project. Protect work against damage until final acceptance. Replace or repair to the satisfaction of the USFWS, any work that becomes damaged prior to final acceptance.
Basis for Award: Offeror who represents the best value to the Government. To be considered responsive, offerors must include documentation described in paragraph 1 of the cover letter.
Solicitation Number 140F0118Q0021 with attachments is being posted on or about December 22, 2017 with proposals due by 2 PM PST on Tuesday, January 16, 2018. Proposals can be submitted directly to Karl Lautzenheiser at karl_lautzenheiser@fws.gov.
No further notice will be posted on FedBizOpps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical or contract questions, please contact Karl Lautzenheiser by email to Karl_Lautzenheiser@fws.gov.
|