BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Mountain Home AFB, Idaho. Contact the soliciting agency for additional information.

PERFORMANCE WORK STATEMENT (PWS) FOR EMERGENCY BASE PRODUCTION WELL REPAIR 1.0. DESCRIPTION OF SERVICES. 1.1. The Contractor shall provide all personnel, management, equipment, supplies, transportation, materials and supervision necessary to perform preventive maintenance (PM) on two (2) wells and emergency repairs (corrective maintenance) of Base Production Well (BPW) systems including deep well turbine and submersible pumps and applicable auxiliary equipment at Mountain Home Air Force Base (MHAFB), Idaho. The contractor must be capable of removing and replacing deep well turbines and submersible pumps. 1.2. The Contractor shall perform PM and emergency repairs of BPWs and other designated equipment in accordance with this document, appropriate manufacturer's recommendations, and commercial practices. 1.3. The Contractor shall ensure water quality meets or exceeds the appropriate Federal, state, local, Environmental Protection Agency (EPA) Clean Water Act, American Water Works Association (AWWA), and American National Standards Institute (ANSI) standards upon placing a repaired BPW back into normal operation. 1.4. Prior to beginning work, contact the Water Quality Program personnel at MHAFB Environmental office (Michael McDaniel's 208-828-1761) to ensure proper initial coordination with Idaho Department of Environmental Quality (IDEQ). The contractor shall perform appropriate sampling and laboratory analysis to ensure compliance with all regulatory requirements and complete all required coordination and documentation to obtain IDEQ approvals. 1.5. Contractor shall perform preventive maintenance (PM) on Well 12 and Well 13. Detailed requirements are listed below but in general this project will replace wear parts and adjust components as required and as needed upon well string removal. All repairs and maintenance will be required to adhere to the current standards set forth by the Idaho Administrative Procedure Act (IDAPA), Safe Drinking Water Act, UFC 3-230-03 and 01, and AWWA, and other applicable standards as referenced in this PWS. This PWS only provides explanation of the basic desired facility(s) and any requirements are in addition to the aforementioned standards. Since this PWS does not reference all specific applicable standards, the Contractor shall present a proposal that reflects a thorough review of all standards, codes, and regulations that apply to the requirements within this PWS. 1.6. The Contractor shall identify and obtain all required permits from MHAFB, federal, state, and local agencies. 1.7. Material storage and Contractor staging areas will be adjacent to each well. Security for stored materials shall be the responsibility of the Contractor. 1.8. All solid waste generated by this project will be transported to off-base landfills. 1.9. Recyclable materials may be taken to the base recycle center otherwise such materials will need to be disposed of off base. All recycled material weight tickets shall be submitted to the Contracting Officer within five (5) business days of being disposed. 1.10. During work progress, the Contractor shall keep a careful record at the job site of all changes in configuration to well string components. The Contractor shall submit any and all such changes on a final well/pump configuration submittal to the CO. 1.11. The Contractor shall furnish two (2) copies of operation and maintenance manuals for any installed products. The manuals shall contain complete instructions for operation, inspection, testing and maintenance of the system and shall include part breakdown diagrams. If applicable, the manuals shall also contain complete wiring schematics and diagrams. Organize operation and maintenance data into suitable sets of manageable size, in PDF format. The Contractor shall provide the CO all paperwork that was shipped with or attached to the product or material. 1.12. The Contractor shall verify site conditions and any site dimensions needed to provide a complete proposal. 1.13. All submittals shall be submitted to the CO for review. Required submittals are listed below: 1.13.1. Final well/pump configuration and performance data 1.13.2. All IDEQ correspondence and approvals 1.13.3. All water sample testing results 1.13.4. O&M manuals for any new equipment installed 1.13.5. Well string component assessment and recommendations 1.13.6. Proposed replacement material product data 1.14. The Contractor shall perform the following: 1.14.1. Remove existing chain link fence and posts for crane access to pump house. Retain existing fence, and barbed wire for reinstallation after completion of work. Should original materials become unusable during removal, replacement materials shall match the original materials and shall be considered incidental to the work. 1.14.2. Remove or open well house roof access panel. 1.14.3. Remove existing above ground piping as necessary for pump removal and retain for reinstallation. 1.14.4. Remove existing electric motor and retain for reinstallation. 1.14.5. Remove pre-lube supply line and approximately 500 feet of existing column piping and pump shaft. 1.14.6. Remove existing pump assembly and rebuild or adjust pump, as needed and agreed to. 1.14.7. Inspect shaft couplings, column couplings and pump shaft and submit an assessment of the condition of each component with recommendations. Replace all line shaft bearings (spiders). 1.14.8. Install new depth sensor (Well 12 only). 1.14.9. Adjust pump clearances and reinstall pump, column piping, pump shaft, and new line shaft bearings. Set pump to same depth as previously installed. Reconnect pre-lube supply line. 1.14.10. Refurbish motor to include: clean, inspect, test, replace bearings (upper and lower), replace bearing seals, recoat windings, and repaint motor casing. 1.14.11. Reinstall motor to base. 1.14.12. Reconnect motor electrical service. 1.14.13. Reconnect aboveground piping. Provide new gasket kits as needed. 1.14.14. Reinstall and/or close roof access hatch. 1.14.15. Replace demolished fence posts. Reinstall fence fabric and barbed wire. 1.14.16. Restore landscape and broadcast dryland seed on damaged areas. 2.0. CORRECTIVE MAINTENANCE. 2.1. Corrective maintenance shall be performed to correct unscheduled breakdowns and deficiencies as notified by MHAFB designated representatives. 2.2. The Contractor shall advise the CO and designated Contracting Officer Representative (COR) of any planned water system shut down and any water system conditions, which will adversely affect customer service. 2.3. A list of well equipment is included in Appendix 1. 2.4. Corrective maintenance includes adjustments, service, and/or repairs required to return systems and equipment to proper operation. 2.5. Records or reports shall be maintained that document all corrective maintenance tasks accomplished and shall reflect the status of each system after work is completed. 2.6. All parts and materials removed and/or replaced by the Contractor shall remain the property of the Government and shall be delivered to Building 1403 at the completion of all work. 2.7. During performance of corrective maintenance the Contractor shall make every effort to prevent water contamination from infiltration, flooding, and back flowing of pipe systems. 3.0. EMERGENCY SERVICE CALLS. The designated COR shall contact the Contractor for emergency service calls. The Contractor shall respond to all service calls within 48 hours and shall begin work within 72 hours. 4.0. SAMPLING AND LABORATORY ANALYSIS. 4.1. Laboratory analysis and sampling shall be performed to support specific Government and regulatory agency requirements prior to placing a BPW back into normal operation. 4.2. Tests shall be accomplished IAW applicable conditions, procedures, and commercial practices. Sampling, test results, and analysis reports shall be provided to designated COR and IDEQ. Records of all laboratory tests shall be provided to the CO and COR which shall include at a minimum name, type of test, date and time, and final test results. 5.0. ENVIRONMENTAL CONTROL. 5.1. Hazardous Material Inventory and Safety Data Sheets (SDS). SDS are required as specified in Federal Standard No. 313 for all potentially hazardous materials. SDSs must be submitted by the Contractor within ten (10) calendar days following contract award to the CO for a determination of whether or not a product is a HAZMAT and what additional requirements may be applicable/necessary. 5.2. Approval is required before bringing any hazardous materials (HAZMAT) onto the installation. The Government (HAZMART personnel) shall inventory all chemicals the Contractor brings on to MHAFB or any property under the control of MHAFB. Any products which meet the criteria of "Hazardous Waste" must be bar coded and tracked until permanently removed from Government property. The inventory shall be performed prior to commencement of work. Criteria for identifying hazardous waste, is contained in Subpart C of 40 CFR, Part 261. 5.3. Material Storage and Use. The Contractor shall follow manufacturer's guidelines and professional recommendations for control of humidity, temperature, cleanliness, and materials handling. This includes hazardous materials. 5.4. Notification of Environmental Spills. If a spill occurs, the person discovering the spill shall make every effort to stop the product flow, when possible, warn personnel, shut off ignition sources, contain the spill, make notifications, and begin cleanup. If the spill is considered an emergency and there is a potential life, health, fire, or other safety hazard, the MHAFB Fire Department shall be notified IMMEDIATELY. Responsible units and activities shall clean up small spills safely and within their capabilities to do so. Generally, a spill of only a few gallons shall be recovered by the responsible unit or activity using absorbent materials or a spill kit located by the site. Recovered product and contaminated materials shall be packaged and staged for disposal IAW the installations hazardous waste procedures. Contact the Environmental Office (208-828-6351) for guidance. The liability for the spill or release of such substances rests solely with the Contractor and its agent. 5.4. Waste. Identify, label, handle, store, and dispose of hazardous waste or debris IAW Federal, State, and local regulations. 5.5. Ensure all waste has undergone the appropriate hazardous waste determination and documentation is retained for these determinations. 5.6. Do not dispose of hazardous waste on Government property. Do not discharge any waste to a sanitary sewer, storm drain, or to surface waters or conduct waste treatment or disposal on Government property without written approval of the CO and Environmental. 5.7. Consult with the Hazardous Waste Program Manager (366 FW/A7IE) at 208-828-1684/6351 prior to disposal of any waste. 5.6. ASBESTOS. The Contractor shall comply with Section 29 CFR 1910.1001(j)(7)(iv). VTE may be located in facilities that may contain ACM or PACM. The Contractor (not the Government) shall determine if any exposure to ACM may result in performing work under the contract. 6.0. DELIVERABLES. 6.1. The contractor shall prepare and submit to the designated COR all post-repair operating records and reports containing repaired and/or replaced parts, control analysis, flow readings, pressures, water sampling/analysis, and IDEQ coordination. 6.2. The Contractor shall submit their Quality Control Plan to the CO NLT than 10 business days following contract award. 6.3. The Contractor shall submit a Designation of Contract Manager and Alternate to the CO NLT five (5) days following contract award. 6.4. The Contractor shall provide a completed 366 SFS Form 30 for each employee requiring installation access to the CO within five (5) business days following contract award. 6.5. The Contractor shall submit their Continuation of Essential Contractor Services plan during a Crisis to the CO NLT 30 calendar days following contract award. 7.0. QUALITY CONTROL. 7.1. The contractor shall develop, document, implement, maintain, and continuously improve a comprehensive Quality Control Plan (QCP) which ensures BPW provide continuous, cost effective, and efficient emergency repairs, as well as compliance with Federal, State, local regulations, and all the terms and conditions of the contract. 7.2. The Contractor's QCP shall implement procedures to identify and prevent recurrence of deficiencies. At a minimum, the QCP shall address the areas identified in the Summary Schedule (SS). The Contractor shall make appropriate modifications and obtain acceptance of the QCP by the CO NLT than 30 calendar days following contract award. The QCP shall specifically address the Contractor's strategy to provide quality workmanship, continual process improvement, how any deficiencies will be corrected. 8.0. QUALITY ASSURANCE. 8.1. The Government shall periodically inspect and evaluate the Contractor's performance to ensure services are received IAW the terms and conditions of the contract. The CO or COR shall inspect by validating actual work performance, physically checking an attribute of the completed task, checking a management information report, investigating customer complaints, conferring with technical representatives, or otherwise inspecting the task or its results to determine whether or not performance meets the standards outlined in the SS. 8.2. The CO or COR shall utilize the Contractor's work schedule or modified version thereof, to record validation results. Results of the validation then become part of the Official Contract File. When a performance threshold has not been met or has not been accomplished, the COR shall initiate and provide to the CO a Performance Assessment Report (PAR). The Contractor shall respond to the PAR IAW instructions. 8.3. The Contractor's performance shall be based on the COR and CO's evaluation of the results required by the SS and not the method of performance. The evaluation of results will be based on COR surveillance, tenant satisfaction, and customer complaints. Final results of the evaluations shall be the determining factor for the success or failure of this contract. The Contractor shall comply with applicable federal, regional, state, and local laws and commercial standards. 8.4. Customer Complaints. The COR shall receive and investigate complaints. The COR shall initially validate customer complaints. The CO shall make final determination of the validity of customer complaint(s). The Contractor shall re-perform validated customer complaints within an agreed upon timeframe between the contractor and COR. All validated customer feedback shall be included in the monthly surveillance reports when work is performed. 8.4.1. Failure to meet the performance objectives in any one (1) month period shall result in a warning or letter of concern from the CO. Failure to meet the performance objectives for any two (2) or more months (consecutive or non-consecutive) during a contract period shall constitute an immediate Multi-Functional Team (MFT) meeting. CORs shall establish customer feedback processes which allow customers to provide positive and negative feedback. The method of contractor selection has not been determined at this time.

Conceptual

Water / Sewer

Public - Federal

Service, Maintenance and Supply

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
31
Active Projects
20
Bidding Soon
369
All Active Projects
136
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

February 22, 2023

img_map_placeholder

Multiple Locations, Mountain Home AFB, ID

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.