Search Contract Opportunities

Kenai Lake Work Center Water/Wastewater System Improvements   3

ID: 1240BJ23R0004 • Type: Solicitation
If You Don't Win This Contract, We Know Who Probably Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

Posted: April 12, 2023, 6:05 p.m. EDT

Amendment 003 posted on 4/12/2023 (extension)

Amendment 002 posted on 4/10/2023 (Funding is now available for award)

Amendment 001 posted on 3/22/2023

Kenai Lake Work Center Water and Wastewater Construction located in Seward Alaska

SEE ALL ATTACHMENTS FOR FULL SCOPE OF WORK

Base Bid includes the following work:

a) Extension of the existing water system to create a looped water system. This includes trenching and installation of about 450 feet of new 6 HDPE piping and all associated excavation, pipe bedding, fittings, valves, valve boxes, insulation, and all other appurtenances and incidentals associated with this scope of work.

b) Procurement and installation of a new centralized Advanced Treatment Wastewater System and associated new leach field with multiple zones. Scope includes site preparation and site electrical to bring power and telecom to the new wastewater system per the plans and specifications. The proposed Advanced Treatment System consists of two buried tanks and a buried treatment unit as well as a control system for the unit.

c) Site Electrical Work to provide power & telecom to the new Advanced Treatment Wastewater System. Includes coordinating with local utility companies to trench from existing transformer and telecom pedestal to new electrical service location adjacent to the Advanced Treatment Wastewater System. Includes site work such as trenching, installation of bedding materials, and installation of conduits. Includes electrical and telecom connections to the new Advanced Treatment Wastewater System. Note that there are parts of the system that must meet Class 1, Div 1 NEC requirements. See specifications and plans (E-series drawings) for more details.

d) Installation of a new sewer main throughout the facility. Scope includes site preparation and installation of approximately 1300 linear feet of 8 PVC sewer pipe. Sewer main installation includes cleanouts, manholes, and other appurtenances associated with the main per the plans and specifications.

e) Installation of building service laterals throughout the facility. Scope includes site preparation and installation of approximately 800 linear feet of 4 PVC sewer pipe and associated appurtenances. Laterals will be installed to eight existing buildings on the property (Warehouse, LEO Office, Carpenter Shop, KLWC Office, North Dorm, South Dorm, Lake House, Flex Housing Unit).

f) Testing and commissioning of all new piping and systems (water, wastewater, advanced WW treatment system, electrical). See specification documents for requirements. Water piping must be hydrostatically tested, cleaned, and disinfected and then sampled to ensure disinfection. Sewer piping and components must be leak tested. The Advanced Treatment Wastewater System and electrical components must be commissioned according to the manufacturer specifications.

2. Option Items include the following work:

a) Mess Hall (or Crew House ) Hazmat abatement and disposal. This will include removal and disposal of asbestos-containing and other hazardous materials per EPA regulations. Some testing was done on the materials within the Mess Hall, and approximate quantities are provided in the plans (H0.1 & H1.0) and specifications.

b) Mess Hall demolition and disposal. This includes demolition and disposal of the Mess Hall building and foundation. The building is one story high and approximately 2,130 square feet in size.

c) Asbestos-cement sewer piping hazmat abatement and disposal. No visible asbestos-containing materials were found during the non-destructive visual investigation of the septic system. However, older (pre-1965) systems are expected to include asbestos-cement buried piping. Sewer piping at the Carpenter Shop, Lake House, Warehouse, Mess Hall, and LEO Office are the older systems that may contain asbestos-cement piping. The majority of this piping will be abandoned in place and excavated and disturbed only as necessary to complete the connection of the new septic system to the existing buildings. The estimated quantity of this material to be removed and disposed is 20 linear feet.

d) Decommissioning (and disposal, if necessary) of 10 existing septic systems. Septic systems to be decommissioned are located at the following buildings: Equipment Shop, Warehouse, LEO Office, Carpenter Shop, Mess Hall, North Dorm, KLWC Office, South Dorm, Lake House, and Flex-Housing. Decommissioning of these septic systems will follow ADEC's current requirements and guidelines.

e) Decommissioning and disposal of 8 cabins. This scope will include disconnecting the cabins from any connected utilities, removal of each cabin from its pile foundation, removal of the piles from the ground, and disposal of cabins and all associated materials. The approximate sizes of the cabins are Qty (6) - 240 square feet (Ea), Qty (1) - 263 square feet (Ea), and Qty (1) - 150 square feet (Ea).

f) Contract Line Item No. 13 - Replace Existing Well Pumps/Pipes/Wires & Install new VFD Controls and Replace 3 each ~275 gallon Pressure Tanks in the Pump House building. Note that this item is not included in the plan drawings. See attached reference materials: KLWC Existing Water System As-builts.pdf , KLWC Water System References.pdf for information on existing well, pumps, controls, and pressure tanks. The KLWC well has two pumps, each on separate risers & pitless adapters. Each existing pump is rated for 75 GPM, 175 TDH and motors are 5 hp, 230 V. The new motors should be 5 hp, 230 V, 3 phase. All wetted parts will be NSF compliant (less than 0.25% lead content for wetted parts). New VFD should be1-phase input/3-phase output.

g) Contract Line Item No. 14 - Purchase and Install Back-up Generator to Power the Well Pumps, Controls, and Pumphouse Building. Note that this item is not included in the plan drawings. See attached reference materials: KLWC Existing Water System As-builts.pdf , KLWC Water System References.pdf for information on existing pumps, controls, and pumphouse building. Scope includes procuring and installing a propane back-up generator to power the KLWC drinking water system so that water can stay online during power outages. This will include installing a concrete pad near the pumphouse for the generator to mount to. Assume a concrete pad size of 7' x 11'. Assume the following specifications for the generator package: 28 KW; engine meeting EPA/CARB emission regulations; 5 Amp, 5 stage battery charger; in-line block heater with thermostat; auto-start control module; noise-reducing weather enclosure; 200 Amp automatic transfer switch. Generator package to include all accessories needed for permanent mounting and operation outside in cold ambient conditions in Alaska. Generator size will need to be verified prior to purchasing, but the above specifications will be assumed for RFP purposes.

Assume installation of a 250-gallon propane tank and associated concrete pad will be needed. This will be located near the pumphouse, following required clearances for propane tanks. Assume a concrete pad size of 5' x 10'. Propane tank size will need to be verified prior to construction, but the above specifications will be assumed for RFP purposes.

PROJECT LOCATION

This project is located at the US Forest Service Facility, Kenai Lake Work Center (KLWC).

The address is Mile 24 Seward Highway, Seward AK 99664, on the West side of the highway.

The KLWC is located approximately 6 miles south of Moose Pass, Alaska.

This facility serves as the main Seward District Ranger Office and base of operations for seasonal

field work on the District.

MAGNITUDE OF CONSTRUCTION PROJECT

The Government cost estimate for this project is between $1,000,000 and $5,000,000.

Period of Performance: Issuance of Notice to Proceed through November 15, 2024

PRE-BID SITE VISIT FOR CONTRACTORS

Date: April 3rd, 2023

Time: 1:00pm to 3:00pm Alaska time

Location: Mile 24 Seward Highway, Seward AK 99664, on the West side of the highway. The KLWC is located approximately 6 miles south of Moose Pass, Alaska.

Contact for more information is:

Name: Eryn Boone, COR

Phone:(907)743-9440 or

Cell: (907)250-5627

Email: eryn.boone@usda.gov

The Government intends to award a single Firm Fixed Price award. UPDATE: This award is no longer subject to availability of funds.

Posted: April 10, 2023, 8:09 p.m. EDT
Posted: March 22, 2023, 8:29 p.m. EDT
Posted: March 17, 2023, 1:53 p.m. EDT
Posted: March 16, 2023, 8:27 p.m. EDT

Overview

Response Deadline
April 20, 2023, 8:30 p.m. EDT (original: April 17, 2023, 8:30 p.m. EDT) Past Due
Posted
March 16, 2023, 8:27 p.m. EDT (updated: April 12, 2023, 6:05 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Seward, AK 99664 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 3/16/23 USFS Region 6: Pacific Northwest Region issued Solicitation 1240BJ23R0004 for Kenai Lake Work Center Water/Wastewater System Improvements due 4/20/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237110 (SBA Size Standard $45 Million) and PSC Y1NE.
Primary Contact
Name
Roxanne Anderson - Contracting Officer   Profile
Phone
(503) 668-1730

Secondary Contact

Name
Eryn Boone - Technical Contact   Profile
Phone
(907) 743-9440

Documents

Posted documents for Solicitation 1240BJ23R0004

Opportunity Lifecycle

Procurement notices related to Solicitation 1240BJ23R0004

Award Notifications

Agency published notification of awards for Solicitation 1240BJ23R0004

Contract Awards

Prime contracts awarded through Solicitation 1240BJ23R0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 1240BJ23R0004

Similar Active Opportunities

Open contract opportunities similar to Solicitation 1240BJ23R0004

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > USDA-FS, CSA NORTHWEST 7
FPDS Organization Code
12C2-1240BJ
Source Organization Code
500169173
Last Updated
May 5, 2023
Last Updated By
roxanne.d.anderson@usda.gov
Archive Date
May 5, 2023