WWTP Supervisor
ID: 12305B25Q0036Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS NEA AAO ACQ/PER PROPBELTSVILLE, MD, 20705, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking a contractor to provide services for the replacement of a chiller Variable Frequency Drive (VFD) at the Beltsville Agricultural Research Center in Maryland. This procurement falls under the NAICS code 561210 for Facilities Support Services and is a total small business set-aside, emphasizing the importance of compliance with federal regulations and environmental standards. The selected contractor will be responsible for ensuring that the project meets the performance requirements outlined in the Performance Work Statement, with a focus on technical capability and past performance. Quotes are due by January 14, 2025, at 2:00 PM PST, and interested parties should direct inquiries to Elizabeth Wilson at elizabeth.wilson2@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Maryland Department of the Environment issued a State Discharge Permit (17-DP-2787) for the USDA's Beltsville Agricultural Research Center's wastewater treatment plant. The permit outlines compliance responsibilities, including annual loading rate limits for Total Nitrogen, Total Phosphorus, and Total Suspended Solids (TSS). The facility must submit monthly Discharge Monitoring Reports (DMRs) electronically via the NetDMR system. It is also subject to updated analysis guidelines from federal regulations. Monitoring requirements specify various effluent characteristics and frequency, including Biochemical Oxygen Demand (BOD5) and E. Coli levels. The permit emphasizes adherence to the Clean Water Act and state regulations, ensuring pollutant levels do not exceed specified limits for water quality protection. In particular, the facility is required to develop a toxic chemical testing plan and investigate any potential toxicity in effluent discharges. Special conditions also address the need for plans regarding the management of radioactive waste and additional responsibilities if significant industrial users discharge into the system. Ultimately, the permit represents the state's commitment to protecting water quality while allowing the USDA to manage its wastewater in compliance with environmental regulations.
    The document provides a detailed overview of the sampling and compliance schedules for the U.S.D.A. Agricultural Research Center's drinking water system (MD0160001) in Prince George's County, Maryland. It outlines the system's federal and state classifications, principal source, and historical activity dates. The schedules include information on sampling types, frequencies, and specific analytes required for monitoring, such as coliform and lead and copper levels. The records indicate completed monitoring periods and upcoming schedules for various substances, showcasing adherence to regulatory requirements under the Total Coliform Rule (TCR) and other standards. It also lists compliance activities along with due and achieved dates, stressing the importance of timely sample collection and analysis to avoid violations. The document emphasizes the necessity of maintaining water quality and meeting federal and state regulations to ensure public health and safety.
    The Maryland Department of the Environment has issued State Water Appropriation and Use Permit No. PG1990G012(04) to the USDA Beltsville Agricultural Research Center for the authorization to withdraw an average of 750,000 gallons of water per day, increasing to 1,000,000 gallons during peak usage periods. The permit is effective from October 21, 2015, to September 30, 2027, and is critical for supporting irrigation, livestock, and research activities. The water will be sourced from eight wells located in the Patuxent Formation within the facility's property in Beltsville, Maryland. Key conditions of the permit include mandatory semi-annual water withdrawal reporting, the necessity for authorized inspections, and the prohibition on transferability without a new application. The permit also stipulates that in case of drought conditions, a reduction in water use may be required. The environmental impact assessment determined that the increased water withdrawal aligns with the site's sustainable yield and will not unreasonably affect resource availability or other water users in the vicinity. This decision reflects the commitment of the State of Maryland to manage its water resources responsibly while supporting essential research and agricultural operations. Additionally, judicial review processes for the permit are outlined should any stakeholders wish to contest the decision.
    The Maryland Department of the Environment issued Sewage Sludge Utilization Permit No. 2020-SAG-4345 to the USDA's Beltsville Agricultural Research Center for agricultural land application of sewage sludge in Prince George's County. The permit, valid from November 30, 2020, to November 29, 2025, outlines specific terms and conditions the permittee must follow, including site-specific conditions for land application, transportation, spill control, and recordkeeping requirements. Notable provisions include required soil pH testing, restrictions on crop types to be grown post-application, and buffer distances from various features such as surface waters and occupied dwellings. The permit includes stipulations regarding odor control and necessitates contact with local health authorities before sludge application. It defines the permit's scope concerning property rights and compliance with federal/state laws, allowing for suspension or revocation under certain conditions. The document emphasizes sustainable and responsible management of sewage sludge, balancing agricultural productivity with environmental protection.
    The Maryland Department of the Environment (MDE) has modified the discharge permit for the USDA East Side Wastewater Treatment Plant to facilitate overland flow from a 20 million-gallon impoundment. The permit now includes updated limits and monitoring requirements for the Overland Flow System, with specific attention to effluent quality standards. Key modifications entail the addition of limitations for the Overland Flow System, monthly monitoring requirements for various pollutants, and the implementation of toxicity testing programs. Compliance with the Clean Water Act and adherence to additional Special Conditions concerning effluent limits, monitoring frequency, and nutrient management strategies is emphasized. The permit mandates careful management to prevent noncompliance and ensure that the wastewater treatment facility maintains environmental quality standards while acknowledging significant implications for the Chesapeake Bay watershed's nutrient loads. Reporting requirements include documentation of monitoring results and discharge data through electronic platforms. Overall, this permit modification reflects a commitment to regulatory compliance and environmental protection by the USDA in operating their wastewater treatment processes while addressing potential impacts on local water bodies.
    The document appears to be a corrupted or poorly encoded file related to federal and state/local RFPs (Requests for Proposals) and grants. It contains various segments of gibberish, making it unreadable and unanalysable in a traditional sense. Key information about potential funding opportunities, project specifications, or eligibility criteria is absent due to the failure of the document's formatting or encoding. This could indicate a technical issue or incomplete extraction of the document, rendering important government communications on proposals and grants inaccessible for comprehensive review. Therefore, without clear and coherent content, summarizing key points and insights is impossible, as no discernible data or meaningful context about government initiatives is available for analysis.
    The document outlines the Terms and Conditions for a federal contract related to commercial items, specifically incorporating various Federal Acquisition Regulation (FAR) clauses. Key clauses address limitations on payments to influence federal transactions, personal identity verification for contractor personnel, and maintenance of the System for Award Management. Among the significant provisions are terms ensuring environmental protection, payment processes for subcontractors, and obligations regarding contractor ethics and reporting. The document emphasizes compliance with contracting rules, including prohibitions against using covered telecommunications equipment and adhering to service contract labor standards. It also details contracting officers' responsibilities and guidelines for managing subcontractor relationships effectively, especially concerning small business utilization and maintaining a skilled workforce. The purpose of these terms is to ensure contractors follow established regulations, thereby facilitating efficient procurement and protecting government interests. This structured approach aligns with the government's objectives in promoting transparency, ethical conduct, and compliance with legal mandates during the acquisition process.
    The United States Department of Agriculture (USDA) seeks to contract an Operations/Maintenance Superintendent for the Beltsville Agricultural Research Center (BARC) water and wastewater systems. The contractor will oversee the operation and management of eight water wells, a raw water system, a water treatment plant, wastewater collection, and two wastewater treatment plants. Key responsibilities include compliance reporting to the Maryland Department of the Environment (MDE), supervision of maintenance and operations, emergency response, and optimization recommendations. The Superintendent must meet specific qualifications, including experience in managing similar facilities and a strong knowledge of relevant regulations. The contract is performance-based, emphasizing adherence to Maryland's laws and meeting operational standards. A site visit for prospective bidders is scheduled, and the contract duration is initially set for 90 days with the possibility of extension. The document outlines specific facility descriptions, operational expectations, safety compliance, and potential for contract renewal, emphasizing the government’s commitment to maintaining environmental standards and effective management of essential water systems.
    Lifecycle
    Title
    Type
    WWTP Supervisor
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Data Driven Building Automation Service Agreement
    Buyer not available
    The United States Department of Agriculture (USDA), specifically the Agricultural Research Service (ARS), is seeking information from qualified contractors regarding a Data Driven Building Automation Service Agreement. The primary objective is to maintain and support the Siemens Industry Building Technologies automation system at the Center for Medical, Agricultural and Veterinary Entomology (CMAVE) in Gainesville, Florida, which includes a range of services such as software updates, emergency onsite response, and preventative maintenance for various building control systems. This opportunity is crucial for ensuring the operational efficiency of the facility's HVAC and fire alarm systems, which are integral to ongoing research activities. Interested contractors must submit a brief Capabilities Statement by 3:00 p.m. CST on February 7, 2025, to Monte Jordan at monte.jordan@usda.gov, and should include their organization details and relevant experience as outlined in the notice.
    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
    Buyer not available
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional walk-in growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with a completion timeframe of 90 days following the Notice to Proceed. This initiative is crucial for enhancing research capabilities within the USDA, ensuring compliance with federal standards and promoting a conducive environment for scientific work. Interested small businesses must submit sealed offers by January 24, 2025, and are encouraged to attend a pre-scheduled site visit on January 16, 2025, with inquiries directed to Mr. Lam Pham at lam.pham@usda.gov.
    Chiller for Rotorcraft Hover Facility
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking qualified small businesses to provide a new chiller for the Rotorcraft Hover Facility at the Langley Research Center. The procurement involves replacing a failed water chiller with a new 5-ton unit that meets specific technical requirements, including a flow rate exceeding 15 GPM and compatibility with 208V – 3-phase – 60 Hz electrical systems. This equipment is crucial for cooling water-cooled motors used in rotorcraft wind tunnel models, ensuring the continued operation of NASA's research facilities. Interested parties must submit their technical and price quotes by February 10, 2025, and can direct inquiries to Kacey Hickman at kacey.l.hickman@nasa.gov.
    Hatchery Complex Electrical Distribution-Stoneville, MS
    Buyer not available
    The U.S. Department of Agriculture's Agricultural Research Service (ARS) is seeking proposals for a construction project aimed at refurbishing and upgrading the electrical distribution system at the Jamie Whitten Delta States Research Center in Stoneville, Mississippi. The project requires contractors to provide all necessary labor, equipment, and materials, adhering to specific federal regulations and safety standards. This initiative is crucial for enhancing the facility's operational capabilities while ensuring compliance with environmental and safety protocols. Interested contractors must submit their proposals, including a detailed cost breakdown, by February 13, 2025, and are advised to contact Huron W. Virden at huron.virden@usda.gov for further information.
    X1NB--Amendment-0001-Revised Combine Solicitation 01-30-25 Amendment-0001-SF30-Questions and Responses Chiller Support/Rental, Maintenance and Services. CAVHS
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking qualified small businesses to provide chiller support, rental, maintenance, and services for the Central Arkansas Veterans Healthcare System. The procurement aims to secure a cooling system capable of producing 1,000 tons of chilled water at the John Little McClellan Memorial Veterans Hospital, with a performance period of five years commencing upon contract award. This initiative is crucial for maintaining operational efficiency and enhancing healthcare infrastructure for veterans, reflecting the government's commitment to quality service delivery. Interested vendors must submit their quotes by February 10, 2025, following a mandatory site visit on January 28, 2025, and can direct inquiries to Contracting Officer Anthony Marion at anthony.marion2@va.gov or by phone at 713-794-7408.
    Conference Room Repair
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking proposals for the repair of the main conference room at the Subtropical Horticulture Research Center in Miami, Florida. The project involves comprehensive renovations, including the installation of drywall, insulation, painting, flooring, a suspended ceiling, lighting fixtures, and cove base, all while ensuring minimal disruption to ongoing operations. This procurement is set aside for small businesses under the NAICS code 236220, with an estimated project cost under $25,000 and a completion timeline of 30 days post-award. Interested contractors must submit their bids by February 7, 2025, and can direct inquiries to Frank Palmer at frank.palmer@usda.gov.
    FTG255 MEB 2 Chiller Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two chillers at the Mechanical/Electrical Building 2 (MEB2) located at Fort Greely, Alaska. The project entails the complete replacement of the existing chiller units, along with the installation of plumbing isolation valves and modifications to existing plumbing, control wiring, programming, and electrical services to accommodate the new chillers. This procurement is critical for maintaining utility services to the silo interface vaults (SIVs) as part of the Ballistic Missile Defense Systems (BMDS) initiative. The estimated contract value ranges from $1,000,000 to $5,000,000, with a performance period of approximately 630 calendar days. Interested small businesses must contact Jason Linn at jason.linn@usace.army.mil or by phone at 907-753-2528 for further details and to obtain solicitation documents, and must be registered in the System for Award Management (SAM) to be eligible for award.
    Cable Replacement, Splicing, and Testing
    Buyer not available
    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for a project involving cable replacement, splicing, and testing at the National Center for Animal Health in Ames, Iowa. The project requires the contractor to repair 15KV cables, including splicing and installation of new cables, while adhering to safety regulations and completing the work within a 90-day timeframe following the notice to proceed. This procurement is significant as it ensures the operational integrity of critical electrical systems at a federal facility, with an estimated construction cost ranging from $25,000 to $100,000. Interested small business contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with all inquiries directed to Jeff Kathman at jeffery.kathman@usda.gov or by phone at 515-667-0841.
    Replace Chillers 1 & 2 - FCI Fairton
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace chillers 1 and 2 at the Federal Correctional Institution (FCI) Fairton in New Jersey. The project involves upgrading existing Trane Centrifugal chillers and replacing associated Variable Frequency Drives (VFDs), with a performance period of 98 calendar days following the notice to proceed. This procurement is crucial for maintaining operational efficiency and safety within the federal correctional facility. Interested small businesses must register on SAM.gov and submit their bids electronically by February 20, 2025, with a pre-bid site visit scheduled for February 5, 2025. For further inquiries, contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    Bldg. 3 Roof Replacement-Stoneville, MS.
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for the replacement of the roof on Building 3 at the Jamie Whitten Delta States Research Center in Stoneville, Mississippi. The project requires the contractor to supply all materials, labor, and equipment necessary to install a new PVC roof, along with a 20-year warranty, as outlined in the Statement of Work. This initiative is part of the federal government's commitment to maintaining and improving agricultural research facilities, ensuring they meet safety and operational standards. Interested contractors must submit their proposals by February 17, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Huron W. Virden at huron.virden@usda.gov.