Iowa Bids > Bid Detail

Bi-Annually Removal, Emptying, and Disposal of Sediment from Wastewater Sedimentation Tanks ("Feather Basins")

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159111487296196
Posted Date: Dec 21, 2022
Due Date: Jan 19, 2023
Solicitation No: 12505B23Q0030
Source: https://sam.gov/opp/8d6d756a49...
Follow
Bi-Annually Removal, Emptying, and Disposal of Sediment from Wastewater Sedimentation Tanks ("Feather Basins")
Active
Contract Opportunity
Notice ID
12505B23Q0030
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 21, 2022 09:06 am CST
  • Original Date Offers Due: Jan 19, 2023 05:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562219 - Other Nonhazardous Waste Treatment and Disposal
  • Place of Performance:
    Ames , IA 50010
    USA
Description

This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0030 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08. The associated NAICS code is 562219 - Other Nonhazardous Waste Treatment and Disposal, with a small business size standard of $41.5 Million and the PSC code is F999. This solicitation is a 100% Total Small Business Set-Aside.



The Department of Agriculture (ARS) has the need for the following service:



001) Bi-Annually Removal, Emptying, and Disposal of Sediment from Wastewater Sedimentation Tanks ("Feather Basins")



Scope of Work:



The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office’s Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS National Animal Disease Center’s (NADC) located at 1920 Dayton Avenue, Ames, Iowa 50010 is requesting quotes for bi-annually sediment removal of wastewater sedimentation tanks, also referred to as “feather basins”. The preferred schedule of removal is September and March of each year.



Background:



The USDA NCAH requires sediment removal from the wastewater sedimentation tanks (feather basins) bi-annually. Feather basin 1 is located on the south campus of the NCAH and is divided into 2 compartments (tank 1 and tank 2) for settling sediment out of the wastewater from non-infectious animal barns. Animal waste is generated by cattle, horses, sheep, poultry and other species. Wastewater is run through one of the two compartments until the sediment is too dense and the settling tank becomes ineffective. This is determined by testing the solids content of the wastewater downstream from the sedimentation tank. At that point the wastewater is directed through the second compartment.



Each compartment (tank 1 and tank 2) is approximately 8’ wide by 35’ long by 5’ deep at the outflow and inflow. Volume is estimated at approximately 10,500 gallons per compartment equaling approximately 8,000 gallons per cleaning.



The USDA/NCAH has recently installed a second solids interceptor (tank 3), it is a model SSB-150 solids trooper. In this model the screens collect the debris from the wastewater.



This tank has a flow rate of 150 GPM, capacity of solids is 40 lbs, single screen, dimensions L 48, W 48, FL 42 D 66. There is a 24” diameter ductile iron ring and cover, hinged and locking. General information can be provided upon request.



In total there will be 3 tanks in 2 feather basins (solids interceptors) that will need to be serviced bi-annually.



Technical Requirements:



The following scope is intended to be one event.




  • Provide all necessary labor, equipment, material, and supervision to clean three wastewater sedimentation tanks.

  • All 3 tanks are located on the South campus at the USDA in Ames Iowa.

  • Feather basin 1 (solid interceptor) is divided into 2 compartments (tank 1 and tank 2). Each compartment of the sedimentation tank is approximately 8’ wide by 35’ long by 5’ deep at the outflow and inflow. Volume is estimated at approximately 10,500 gallons per compartment equaling approximately 8,000 gallons per cleaning.

  • The USDA/NCAH has recently installed a second solids interceptor (tank 3), it is a model SSB-150 solids trooper. In this model the screens collect the debris from the wastewater. This tank has a flow rate of 150 GPM, capacity of solids is 40 lbs, single screen, dimensions L 48, W 48, FL 42 D 66. There is a 24” diameter ductile iron ring and cover, hinged and locking. General information can be provided upon request.

  • Mobilization to the USDA/NCAH Building 20, at 1920 Dayton Avenue, Ames, 50010.

  • Remove non-infectious animal waste material utilizing and industrial vacuum process. Active side of the tank to remain actively flowing at all times during this process.

  • Enter the below grade tank and power wash the interior, ensure that all feathers have been removed from the screens and there is one inch or less of sediment remains in the tank.

  • Collect residual material and cleaning rinsate with a vacuum.

  • Refill tank with clean water following inspection by USDA representative. A 3-inch hydrant water connection is available within 80 feet of the sediment tank, proper backflow prevention will be furnished and employed by the contractor.

  • Once refilled, USDA/NCAH/FEU personnel will switch valves to activate the clean compartment and make the other compartment inactive.

  • The contractor’s driver/operator is responsible for health and safety performance in the field. The driver/operator can temporarily halt work at any time it is necessary to protect the health and wellbeing of site workers or general public.

  • The operator will secure the work area prior to leaving the site.

  • The contractor will provide disposal weight/delivery tickets, a brief summary of work activities with each invoice upon completion of each cleaning.

  • PPE shall be worn during this task, general requirements of the EPA or greater if in the contractors Health and Safety program.



Objectives:




  • Sediment removal of the wastewater sedimentation tanks 2 times a year.



Tasks:




  • The Contractor shall minimize environmental pollution and damage that may occur as the result of cleaning chemicals used during operations. The environmental resources within the project boundaries and those affected outside the limits of permanent work shall be protected during the entire duration of this contract. The contractor shall comply with all applicable environmental Federal, State, and local laws and regulations. The Contractor shall be responsible for any delays resulting from failure to comply with environmental laws and regulations.



Safety and Accident Prevention




  • In performing work under this contract, the Contractor shall-

    • Conform to the specific safety requirements established by this contract.

    • Comply with OSHA regulations and safety rules that concern related activities not directly addressed in this contract.

    • Take all reasonable steps and precautions to prevent accidents and preserve the life and health of Contractor and Government personnel performing or in any way coming in contact with the performance of this and Government personnel performing or in any way coming in contact with the performance of this contract.

    • Provide personal protective equipment required for the job; and

    • Take such additional immediate precautions as the contracting officer may reasonably require for safety and accident prevention purpose.





Government-furnished support is limited to a water source to refill the tanks.



Travel:



Two (2) visits a year to the USDA-ARS NADC located at 1920 Dayton Avenue, Ames, IA 50010 to perform sediment removal of the wastewater sedimentation tanks.



Security Requirements:




  • Contractor must provide a minimum of two (2)-week for scheduling work to commence for each disposal.

  • All contractors must check-in at main gate and main desk at lobby Southwest entrance to USDA Building #20 each day to receive contractor pass (driver’s license will be needed.)

  • All contractors must be escorted when inside buildings (unless they have contractor linc pass authorization).

  • Working hours are between 7:00 am and 5:00 pm daily.



Key Deliverables:



Base Year:




  • Sediment Removals: Remove sediment from wastewater sedimentation tanks bi-annually (two times a year) completed approximately September 2023 and March 2024.

  • Status Reports: The contractor will provide disposal weight/delivery tickets, a brief summary of work activities with each invoice upon completion of each cleaning. Report to be provided to COR following completion of each disposal.



Option Year 1:




  • Sediment Removals: Remove sediment from wastewater sedimentation tanks bi-annually (two times a year) completed approximately September 2024 and March 2025.

  • Status Reports: The contractor will provide disposal weight/delivery tickets, a brief summary of work activities with each invoice upon completion of each cleaning. Report to be provided to COR following completion of each disposal.



Option Year 2:




  • Sediment Removals: Remove sediment from wastewater sedimentation tanks bi-annually (two times a year) completed approximately September 2025 and March 2026.

  • Status Reports: The contractor will provide disposal weight/delivery tickets, a brief summary of work activities with each invoice upon completion of each cleaning. Report to be provided to COR following completion of each disposal.



Option Year 3:




  • Sediment Removals: Remove sediment from wastewater sedimentation tanks bi-annually (two times a year) completed approximately September 2026 and March 2027.

  • Status Reports: The contractor will provide disposal weight/delivery tickets, a brief summary of work activities with each invoice upon completion of each cleaning. Report to be provided to COR following completion of each disposal.



Option Year 4:




  • Sediment Removals: Remove sediment from wastewater sedimentation tanks bi-annually (two times a year) completed approximately September 2027 and March 2028.

  • Status Reports: The contractor will provide disposal weight/delivery tickets, a brief summary of work activities with each invoice upon completion of each cleaning. Report to be provided to COR following completion of each disposal.



Place of Performance:



The USDA-ARS NADC located at 1920 Dayton Avenue, Ames, IA 50010.



Period of Performance:



The intent is to award a contract with a Base Year plus four (4) individually priced Option Years:



Base Year: April 1, 2023 (04/01/2023) to March 31, 2024 (03/31/2024)



Option Year 1: April 1, 2024 (04/01/2024) to March 31, 2025 (03/31/2025)



Option Year 2: April 1, 2025 (04/01/2025) to March 31, 2026 (03/31/2026)



Option Year 3: April 1, 2026 (04/01/2026) to March 31, 2027 (03/31/2027)



Option Year 4: April 1, 2027 (04/01/2027) to March 31, 2028 (03/31/2028)



Award will be made for a 1-year period with four optional 1-year annual renewal periods. Renewal decisions will be made two months (60 days) prior to the potential renewal date. The decision to renew will be at the sole discretion of the USDA.



Evaluation Factors:



Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award with a bases and four (4) option years based on the lowest price technically acceptable (LPTA) quote received. "LPTA" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable.



Site Visits:



Site visits will be held at 1920 Dayton Avenue, Ames, IA 50010 on Wednesday, January 11, 2023 at 10:00 AM CT AND Thursday, January 12, 2023 at 1:00 PM CT. Contractors interested in participating in one of these site visit days/times must email Aaron Dimeo at aaron.dimeo@usda.gov BEFORE 5:00 PM CT on Thursday, January 5, 2023.



Submitting a Quote:



Failure to demonstrate compliance with ALL instructions presented herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award.



Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition are included with the attached quote submission form (SF1449). The Government anticipates making one Firm-Fixed Price award with a bases and four (4) option years.



Vendors responding to this announcement shall submit their quote on the SF1449 (see attachments) along with all other requested and required documentation (such as completed FAR clauses and provisions and a Quality Assurance Plan) to be included as part of ALL offeror’s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase.



Be sure ALL sections of the SF1449 are completed, including entering a response to each line item. Award will be made on the acquisition as a whole (NOT per line item). As such, be certain you can provide ALL of the required services If any line items are NOT quoted on then the offeror will be disqualified from consideration for award. If a line item will be provided at NO extra charge, please enter it as a $0.00-dollar amount on the SF1449. Also, if the value of any line item(s) is included in the value of one or more-line items, please specify which line items are included under a single price.



Included with the SF1449 quote submission for are FAR clauses, a Statement of Work (SOW), a Quality Assurance Surveillance Plan (QASP), and FAR provisions. Be sure to read and review ALL of the attachments to the SF1449 and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition.



In addition, all submissions should include the FAR clauses and provisions attached to the SF1449 completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked and all blanks are filled in).



All offerors responding to this announcement are also to provide a written Quality Assurance Plan (QAP) in response to the Quality Assurance Surveillance Plan (QASP) provided in the attachments. Please read the QASP as well as the SOW and solicitation description and put together a written QAP outlining and detailing how you will meet the service requirements specified in the QASP, SOW, and solicitation description. Include the completed QAP as an attachment to your quote submission.



Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days.



To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote.



The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Invoices to be billed quarterly in arrears. NOTE: Prepayment is NOT permitted. Service must be rendered BEFORE an invoice can be submitted in IPP and approved for payment. Invoices submitted prior to service performance will be rejected. Invoices can be resubmitted once service has been provided.



Only electronic submissions made via email on the required quote submission form (SF1449) will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, quotes submitted in the body of an email, quotes submitted to the COR during a site visit, OR quotes submitted ONLY on company letterhead WITHOUT a completed SF1449 will be accepted). Please email all quotes in writing on the SF1449 along with completed FAR clauses and provisions, a QAP, and ALL other requested and required documentation to aaron.dimeo@usda.gov by NO later than Thursday, January 19, 2023 at 5:00 PM Central Time (CT).



NOTE: Be absolutely certain to reference the RFQ number “12505B23Q0030” and/or title of the solicitation “Bi-Annually Removal, Emptying, and Disposal of Sediment from Wastewater Sedimentation Tanks ("Feather Basins")” in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed “unresponsive” and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).


Attachments/Links
Attachments
Document File Size Access Updated Date
12505B23Q0030 SF1449.pdf (opens in new window)
1 MB
Public
Dec 21, 2022
file uploads

Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 21, 2022 09:06 am CSTCombined Synopsis/Solicitation (Original)

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 >