AMENDMENT 0001 TO SOLICITATION W912BU25QA022 IS TO INCORPORATE THE FOLLOWING CHANGES:
A.) ADD FAR CLAUSE 52.237-1 SITE VISIT TO INCLUDE DETAILED SITE VISIT INFORMATION
B.) INCORPORATE THE CORRECT WAGE DETERMINATIONs
C.) PROVIDE RFI QUESTIONS AND RESPONSES
D.) PROVIDE COPY OF DISCHARGE PERMIT
Description: The Chesapeake & Delaware Canal (C&D Canal) is a 14-mile (22.5 km)-long, 450-foot (137.2 m)-wide and 35-foot (10.7 m)-deep canal that connects the Delaware River with the Chesapeake Bay within the states of Delaware and Maryland in the United States. The project office in Chesapeake City, MD is also the site of the C&D Canal Museum and Bethel Bridge Lighthouse.This project office maintains a Sate Wastewater Discharge Permit (14-DP-2524) for the operation of the office's wastewater treatment system. Pursuant to the conditions of the permit, the project office is required to electronically submit Discharge Monitoring Reports through NetDMR.
Technical - The Contractor shall:
1. Perform weekly visits and necessary testing and record keeping complying with the State permit.
2. Collect monthly National Pollutant Discharge Elimination Systems (NPDES) samples as required, in accordance with section 402 of the Clean Water Act. Provide test results to the USACE at the Chesapeake City Project Office.
3. Monitor and pump out, the three (3) on-site septic tanks to comply with the NPDES discharge limitations. Disposal of raw sewage shall comply with all Federal, State and local laws and permits.
4. Maintain the ultraviolet purification system. The USACE will provide replacement lamps and ultraviolet tubes
5. Provide any and all chemicals necessary to maintain compliance with the NPDES discharge limitations.
6. Provide testing equipment for chlorine residual, dissolved oxygen and PH monitoring.
B. Administrative - The Contractor Shall:
1. Provide a Maryland certified superintendent and operator with the proper level license to operate and maintain this facility.
2. Provide a written monthly report to the State of Maryland indicating the treatment efficiency maintenance completed and other activities performed.
3. Complete, sign and submit to the USACE a copy of all required regulatory paperwork.
4. Have all required auto and personal liability insurance.
4.1 Safety. The Contractor shall comply with all applicable Federal, State, and Local safety regulations, including US Army Corps of Engineers Occupational Safety and Health Requirements Manual, EM 385-1-1.
Basis for Selection of Award: Award shall be made to the offeror who is determined to be responsible and provides a quote that is determined to be fair and reasonable. Quote must meet or exceed the scope of work and delivery schedule to be considered for award.
Quote Submission: Quotes are to be emailed to Contract Specialist, Grace McMullen at Grace.C.McMullen@usace.army.mil and Contracting Officer, Brandon Mormello at Brandon.R.Mormello@usace.army.mil.
Additional Information: Specific information pertaining to this procurement is available in the Solicitation. The Solicitation documents are posted on the SAM.gov website. It is, and will continue to be, the responsibility of all potential Offerors to monitor the SAM.gov website for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list.
Point-of-Contact: The Primary Contract Specialist for this Solicitation is Grace McMullen, email: Grace.C.McMullen@usace.army.mil. Any communication regarding this notice should be made in writing sent via email and must identify the Solicitation number, company name, address, phone number and point of contact.