F--Drinking and Wastewater Technical Assist for CUC
ID: 68HE0925R0004Type: Special Notice
Overview

Buyer

ENVIRONMENTAL PROTECTION AGENCYENVIRONMENTAL PROTECTION AGENCYREGION 9 CONTRACTING OFFICESAN FRANCISCO, CA, 94105, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 3, 2025, 11:00 PM UTC
Description

The Environmental Protection Agency (EPA) is seeking technical assistance for the Commonwealth Utilities Corporation (CUC) in the Northern Mariana Islands, focusing on enhancing water and wastewater operations. The procurement aims to improve CUC's compliance with the Clean Water Act and Safe Drinking Water Act through a series of tasks, including project management, operations and maintenance, data management, staff training, and emergency response planning. This initiative is crucial for promoting public health and environmental safety in the region. Interested vendors must submit their capability statements and responses to vendor questions by January 3, 2025, at 3:00 PM Pacific Standard Time, and can contact Allan Cris Dela Cruz at delacruz.allancris@epa.gov or (415) 972-3386 for further information.

Point(s) of Contact
Files
Title
Posted
Dec 31, 2024, 7:06 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring the performance of the Commonwealth Utilities Corporation (CUC) under the EPA Region 9's water and wastewater infrastructure contract. The plan aims to provide technical assistance and enhance operational practices to extend the lifespan of EPA-funded projects while ensuring compliance with the Clean Water Act and Safe Drinking Water Act. It details the roles of various personnel involved in oversight, including the Program Manager, Contracting Officer, and Task Order Contracting Officer's Representative (TOCOR). The QASP serves as an evaluation tool, monitoring contractor performance against established standards. It encompasses a flexible approach, accommodating changes in surveillance levels based on contractor performance and documenting issues swiftly to avert mission impacts. The detailed Surveillance Matrix outlines key tasks, performance standards, acceptable quality levels, and surveillance methods across several operational areas, including program management, operations and maintenance assessment, and emergency response planning. Ultimately, this document functions as a vital instrument for ensuring the quality and sustainability of federal water and wastewater assistance projects.
Dec 23, 2024, 9:05 PM UTC
The document outlines a Performance Work Statement (PWS) for a contract with the Commonwealth Utilities Corporation (CUC) to enhance water and wastewater operations in the Northern Mariana Islands. The U.S. Environmental Protection Agency (EPA) requires technical assistance to improve CUC's operational practices, focusing on preventative maintenance and compliance with federal regulations. The PWS details five key tasks: 1) Project Management, ensuring effective oversight and communication; 2) Operations and Maintenance Assessment, promoting efficient water and wastewater processes; 3) File/Data Maintenance, standardizing records management; 4) Operator Training, upskilling CUC personnel; and 5) Emergency Response Planning, developing and conducting training exercises. The project aims to reduce water loss, improve system resilience, and support long-term sustainability of infrastructure. Deliverables include regular reports, training plans, and updated standard operating procedures. The contract's period of performance spans 24 months, emphasizing close coordination with various federal and local agencies involved. This initiative underscores the government's commitment to improving essential utility services through structured and meticulous management.
Dec 31, 2024, 7:06 PM UTC
The document outlines a Performance Work Statement (PWS) for technical assistance to the Commonwealth Utilities Corporation (CUC) in the Northern Mariana Islands, focusing on water and wastewater operations. The objective is to enhance CUC's operational practices and compliance with the Clean Water Act and Safe Drinking Water Act. The scope includes five main tasks: 1. **Project Management**: Overseeing tasks and budgets, ensuring effective communication with stakeholders, and delivering periodic progress reports. 2. **Operations and Maintenance**: Assessing and improving day-to-day operations, developing standard operating procedures (SOPs), and implementing preventative maintenance plans. 3. **File/Data Maintenance**: Establishing a centralized system for operational records and ensuring compliance with local requirements. 4. **Trainings**: Conducting operational, safety, and onboarding training for CUC staff. 5. **Emergency Response Plan**: Collaborating with utility operators to create and implement an emergency response strategy, including organizing tabletop exercises. The contract period is set for 24 months, requiring contractor personnel to clearly identify as independent from EPA staff during engagements. This initiative represents a commitment to enhancing the quality and sustainability of water and wastewater management within the region, ultimately promoting public health and environmental safety.
Dec 23, 2024, 9:05 PM UTC
The Request for Information (RFI) seeks technical assistance for water and wastewater services for the Commonwealth Utilities Corporation (CUC). It inquires if responding companies can fulfill the Draft Requirements Document's services and possess prior relevant experience in similar projects. The document emphasizes the need for expertise in best management practices, coordination with governmental entities, and experience in the Pacific Island territories. Companies are also asked to demonstrate their proficiency in drinking water and wastewater operations, technical assistance to disadvantaged communities, utility planning, compliance, and the implementation of maintenance plans. Additional questions gauge the extent of potential subcontracting and the lead time required from award notification to contract initiation. This RFI is part of the government’s initiative to enhance water and wastewater services, focusing on collaboration with experienced firms to meet regulatory and operational challenges in these areas.
Dec 31, 2024, 7:06 PM UTC
The Request for Information (RFI) pertains to potential technical assistance for water and wastewater services to the Commonwealth Utilities Corporation (CUC). It seeks to ascertain the capabilities of companies to deliver on the requirements outlined in the Draft Requirements Document. Key inquiries include the company's ability to provide comprehensive services, previous similar experience, and adequacy of the provided information for responding to an RFP. Moreover, the RFI emphasizes the need for expertise in water and wastewater utility management, project management with public entities, and experience in the Pacific Islands context. Other focal points address the company’s competencies in drinking water and wastewater operations, technical aid to disadvantaged communities, utility planning compliance, and preventative maintenance strategies. Additionally, respondents are asked about potential subcontracting needs and the lead time required before contract performance starts. This RFI is part of a broader effort by the government to ensure effective management and assistance in water and wastewater operations, particularly in support of small and economically challenged communities within the Pacific territory.
Dec 31, 2024, 7:06 PM UTC
The document addresses vendor inquiries related to a government solicitation for operational staffing and technical requirements for water service management. It specifies that a minimum of two on-site operational staff, including at least one Drinking Water (DW) and one Wastewater (WW) certified individual, is essential. The existing GIS database is under update, and current SCADA systems are limited to a few pilot locations. California Drinking Water and Wastewater Certifications are temporarily acceptable pending the acquisition of Marianas Islands Certifications, which can be obtained through Reciprocity. Vendors are informed that the Quality Assurance Surveillance Plan (QASP) will be made available soon. The anticipated contract start date is March 1, 2025, subject to variability based on the approval process. While there is an Independent Government Cost Estimate (IGCE), it is withheld to promote fair competition among potential vendors. The document's structure follows a question-and-answer format, addressing critical operational and regulatory details necessary for bidders in this solicitation context. The overall purpose is to clarify requirements and expectations for prospective vendors in the framework of maintaining transparency and compliance within government contracting.
Lifecycle
Title
Type
Special Notice
Sources Sought
Similar Opportunities
B--ENVIRONMENTAL SERVICES ASSISTANCE TEAM (ESAT)
Buyer not available
The Environmental Protection Agency (EPA) is announcing a special notice for the Environmental Services Assistance Team (ESAT) requirement, which is currently in the preliminary stages. This notice serves to provide an interested party list and is not a solicitation for proposals; no contract will be awarded from this announcement. The upcoming procurement is crucial for supporting environmental testing and analysis services, which are vital for ensuring compliance with environmental regulations and standards. Interested parties should note that an official solicitation is anticipated to be released in May 2025, and for further inquiries, they can contact Emily Mogg at Mogg.Emily@epa.gov or by phone at 415-972-3711.
Custodial Maintenance Services for EPA Facilities in Research Triangle Park (RTP) and Chapel Hill, NC
Buyer not available
The U.S. Environmental Protection Agency (EPA) is seeking custodial maintenance services for its facilities located in Research Triangle Park (RTP) and Chapel Hill, North Carolina, under a presolicitation notice. The procurement aims to ensure uninterrupted custodial services, which are critical for maintaining health and safety standards across various facility types, including offices, cafeterias, classrooms, and research labs. The anticipated contract value is approximately $475,873.24, with services required five days a week from April 1, 2025, to May 31, 2025, and potential one-month extensions for the Chapel Hill facility, which the EPA plans to exit by mid-2025. Interested parties can contact Gregory Forrest at forrest.gregory@epa.gov or call 513-487-2011 for further information.
F--U.S. Environmental Protection Agency (EPA) Region 1 Emergency and Rapid Respo
Buyer not available
The U.S. Environmental Protection Agency (EPA) Region 1 is seeking sources for Emergency and Rapid Response Services (ERRS) VI in the New England area. This procurement aims to identify qualified contractors who can provide essential remediation services to address environmental emergencies effectively. The services are critical for ensuring rapid response to environmental hazards, thereby protecting public health and the environment in the region. Interested parties can reach out to Maureen Bagocius at Bagocius.Maureen@epa.gov or by phone at 617-918-1968 for further details regarding this opportunity.
M--Labor Services and Warehouse Operations for Washington D.C. and Hyattsville, MD
Buyer not available
The Environmental Protection Agency (EPA) is seeking a contractor to provide labor support services and warehouse operations for its facilities in Washington D.C. and Hyattsville, MD. The contract will encompass management oversight for labor services at the Federal Triangle Complex and warehouse operations at the EPA warehouse, with a Firm Fixed Price contract structure that includes a twelve-month base period and four optional twelve-month periods. This procurement is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the Facilities Support Services NAICS code 561210, with a size standard of $47 million. Interested parties must register for a site visit by April 22, 2025, and the solicitation is expected to be posted on or around May 1, 2025, with all inquiries directed to Contract Specialist Paul Buechlein at buechlein.paul@epa.gov.
R--Superfund Technical Assessment and Response Team (START) 6 Solicitation
Buyer not available
The Environmental Protection Agency (EPA) is seeking qualified small businesses to provide services under the Superfund Technical Assessment and Response Team (START) 6 contract. This procurement aims to deliver nationally consistent support to EPA On-Scene Coordinators (OSCs) and other federal officials in executing the agency's responsibilities under the National Response System. The services are critical for effective emergency response and disaster planning related to environmental hazards. Interested parties should contact Joseph Mendoza at mendoza.joseph@epa.gov or (415) 972-3675 for further information, as this opportunity is set aside for small businesses under the SBA guidelines.
C--Additional Support for construction phase services for the ongoing Ada ORD R6 C
Buyer not available
The Environmental Protection Agency (EPA) is seeking additional support for construction phase services related to the ongoing Ada ORD R6 Consolidation Construction Project at its facility in Ada, Oklahoma. This procurement is intended to provide specialized engineering services under the NAICS code 541330, specifically focusing on architect and engineering construction for laboratories and clinics. The project is crucial for enhancing the EPA's operational capabilities and ensuring compliance with environmental standards. Interested small businesses are encouraged to reach out to Mark Ingram at Ingram.Mark@epa.gov or call (513) 569-7193 for further details, as this opportunity is set aside for total small business participation.
Request for Information 68HERH20R0007
Buyer not available
Special Notice: Environmental Protection Agency (EPA) is requesting information for the Draft Consolidated Statement of Work (SOW) for the Office of Land and Emergency Management. This notice aims to publicize the SOW and gather relevant information. The SOW is intended to outline the scope of work for various projects related to land and emergency management.
J--Drydocking, inspection and repairs of EPA Research Vessel R/V LAKE EXPLORER II
Buyer not available
The Environmental Protection Agency (EPA) is seeking qualified contractors for the drydocking, inspection, and repairs of the EPA Research Vessel R/V LAKE EXPLORER II. The procurement involves a total small business set-aside firm-fixed price contract under NAICS Code 336611, which encompasses various repair and maintenance tasks, including hull inspections, underwater coating, and engine servicing. This contract is crucial for maintaining the operational integrity of the research vessel, which plays a significant role in environmental studies. Interested parties should note that the solicitation will be available on or after January 31, 2025, with all work expected to be completed within 12 weeks following the award, and inquiries can be directed to Ryan Schlenker at Schlenker.Ryan@epa.gov or (513) 569-7885.
Acquire a new Biotage TurboVap LV and two new Turb
Buyer not available
The Environmental Protection Agency (EPA) is seeking to acquire a new Biotage TurboVap LV and two TurboVap II systems for its Region 4 Laboratory Services and Applied Sciences Division (LSASD). These instruments are essential for concentrating water and soil extracts using hexane and dichloromethane solvents, employing both a warm water bath and a stream of cool nitrogen air. The procurement includes a Trade-Up Discount for the exchange of three existing TurboVap systems, with a warranty period of 12 months from installation. Interested vendors should direct inquiries to Daniel Garcia Flores at garciaflores.daniel@epa.gov, and invoices must be submitted electronically via www.ipp.gov.
R--Armed Contract Security Officer (ACSO) Services
Buyer not available
The Environmental Protection Agency (EPA) is seeking qualified contractors to provide Armed Contract Security Officer (ACSO) Services for the Manchester Environmental Laboratory (R10 MEL) located in Port Orchard, Washington. The primary objective of this procurement is to ensure the safety and security of the laboratory's occupants, structures, and equipment through professional and effective security services available 24/7 throughout the year. The R10 MEL plays a crucial role in conducting chemical and microbiological analyses, method development, and providing design consultation for environmental projects, necessitating a reliable security presence. The solicitation, expected to be released on or before May 9, 2025, will be conducted as an 8(a) set-aside, with a contract period comprising one base year and four one-year options, and the anticipated award date is around September 2025. Interested parties can direct inquiries to Shaneka McKinney at McKinney.Shaneka@epa.gov or call 913-551-7780, with all procurement information available on www.FedConnect.net.