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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    R--Request for Proposal for Environmental Services Assistance Team (ESAT) for Regi
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is soliciting proposals for the Environmental Services Assistance Team (ESAT) to support Regions 1, 2, 3, 8, 9, and 10. This procurement aims to provide professional environmental services, which are critical for addressing various environmental challenges and ensuring compliance with regulations. The RFP has been extended, with responses now due by January 7, 2026, and answers to questions expected by December 17, 2025. Interested parties can reach out to Emily Mogg at Mogg.Emily@epa.gov or by phone at 415-972-3711 for further information.
    F--Superfund Analytical Methods Provisions & Clauses
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking analytical services through the Superfund Analytical Methods (SFAM02.0) Solicitation to support its investigation and cleanup activities under the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA) and the Superfund Amendments and Reauthorization Act of 1986 (SARA). The procurement aims to provide essential analytical data that will assist the EPA in effectively managing environmental remediation efforts. This opportunity is critical for ensuring compliance with federal environmental regulations and facilitating the cleanup of contaminated sites. Interested parties can reach out to Mary K. Doherty at doherty.mary@epa.gov or (202) 564-8951 for further information regarding the solicitation and associated provisions.
    Request for Information Sources Sought Notice
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is issuing a Request for Information Sources Sought Notice to identify potential sources for facilities support services under NAICS code 561210. This notice aims to gather information from interested parties regarding their capabilities to provide housekeeping and interior plantscaping services, which are essential for maintaining a clean and functional environment within EPA facilities. Interested vendors are encouraged to reach out to Eric Mohollen at the EPA's Region 3 Contracting Office via email at mohollen.eric@epa.gov or by phone at (215) 814-5315 for further details. This is a preliminary notice and does not constitute a solicitation for proposals.
    B--EPA Region 7: Environmental Services Assistance Team (ESAT)
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking proposals for the Environmental Services Assistance Team (ESAT) in Region 7, which will provide essential environmental services. The procurement aims to support various environmental testing and analysis activities, focusing on chemical and biological assessments as outlined under NAICS code 541380 and PSC code B504. These services are critical for ensuring compliance with environmental regulations and enhancing public health and safety in the region. Interested vendors can reach out to Frank Novello at Novello.Frank@epa.gov or by phone at (913) 551-7642 for further details regarding the presolicitation notice.
    7E--R10 Multi-Regional Information Technology Support Services (MRITSS)
    Environmental Protection Agency
    The U.S. Environmental Protection Agency (EPA) is seeking qualified contractors to provide Multi-Regional Information Technology Support Services (MRITSS) for its Region 10 office, which includes support for approximately 650 federal employees and contractors across Alaska, Idaho, Oregon, and Washington. The procurement focuses on delivering comprehensive IT support services, including service desk support, user training, network administration, inventory control, and emergency support, while adhering to government security regulations and ITIL standards. These services are critical for maintaining efficient operations and ensuring data protection within the agency's IT infrastructure. Interested parties can reach out to Scott Dandy at Dandy.Scott@epa.gov or call 913-551-7949 for further information, noting that this is an advance notice and no responses are required at this time.
    F--Emergency Remedial Response Services (ERRS 6)
    Environmental Protection Agency
    The U.S. Environmental Protection Agency (EPA) Region 1 is planning to issue a competitive small business set-aside solicitation for Emergency and Rapid Response Services (ERRS) to address time-critical removals and rapid remedial actions related to hazardous materials and environmental threats. The procurement aims to provide essential services in response to incidents involving oil, hazardous substances, and other pollutants, including those arising from acts of terrorism and natural disasters, within the states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont, and 10 Tribal Nations. This contract will be a performance-based indefinite delivery/indefinite quantity (ID/IQ) type, with a maximum duration of 60 months, and is expected to be awarded based on a best value approach. Interested parties should monitor the Federal Business Opportunities website for the forthcoming solicitation number 68HE0125R0004 and direct any inquiries to Caitlin Rodgers at rodgers.caitlin@epa.gov or Ian Epstein at Epstein.Ian@epa.gov.
    Z--Facilities Support Services for Operations and Maintenance and Janitorial Suppo
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking contractor support for Facilities Support Services related to Operations and Maintenance (O&M) and Janitorial Services at its Great Lakes Toxicology and Ecology Division (GLTED) laboratory facility in Duluth, Minnesota. The contract will encompass a range of services including the operation and maintenance of laboratory buildings, grounds maintenance, janitorial services, and support for shipping, receiving, and fleet operations, all essential for maintaining uninterrupted research activities at the facility. This procurement is significant as it ensures the proper functioning of a vital environmental research facility that supports long-term studies, with a total performance period of five years anticipated under a hybrid contract structure. Interested parties should contact Erin Ridder at ridder.erin@epa.gov or Kathleen Brady at brady.kathleen.v@epa.gov for further details.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    B--Notice for EPA Laboratory ESAT Regions 04-05
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for laboratory services in EPA Regions 4 and 5. This contract will focus on testing laboratories and services, specifically in the area of chemical and biological special studies and analysis. The anticipated solicitation, expected to be released in December 2025 or January 2026, will be unrestricted with no set-aside, allowing for either a single award or multiple awards, with task orders issued non-competitively to the IDIQ awardees. For further inquiries, interested parties can contact Jeffrey Obirek at obirek.jeffrey@epa.gov or call 312-886-9092.
    Supply and Delivery of Water Purification Systems to Camp General Aguinaldo, Quezon City
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Manila, is seeking qualified vendors for the supply and delivery of water purification systems to Camp General Aguinaldo in Quezon City, Philippines. This procurement aims to enhance the water quality and availability at the military installation, ensuring that the systems meet the necessary standards for effective purification. The solicitation is expected to be issued around late December 2025, with proposals due shortly thereafter; interested parties must be registered in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Abegail B. Lamban-Tubo or Michael Warren at ManilaPurchasing@state.gov or by phone at 632-530-12000.