Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2004 FBO #0807
MODIFICATION

C -- San Juan Water District Notice of Intent to Negotiate one source

Notice Date
2/10/2004
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
USA-SNOTE-040203-005
 
Response Due
3/19/2004
 
Archive Date
5/18/2004
 
Point of Contact
Timothy F. Boyd, 916-557-5226
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento
(timothy.f.boyd@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought/Notice of Intent to Negotiate with One Source. The proposed contract action is for services for which the Government intends to solicit and negotiate with Kennedy/Jenks Consultants, Inc., the current onboard designer for the San Juan W ater District Sponsor to perform design efforts associated with the Hydraulic Improvements to the existing San Juan Water Districts SJWD The District water treatment plant WTP associated with the Regional Water Conservation and Recycling Project in Granite Bay, CA. The Government intends to solicit and negotiate with Kennedy/Jenks Consultants, Inc. under authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, unless, as a result of analysis o f acceptable responses to this notice, a determination is made by the Government to issue a competitive solicitation. The Sacramento District Corps of Engineers, The Corps, is seeking to identify sources that are uniquely qualified to design the WTP s hydr aulic improvements. The WTP was designed and constructed in the early 1970s by Clendenen and Associates Engineers. As a result of the excellent performance of the water treatment plant WTP using the Clendenen process, it will continue to be used by the Dis trict into the foreseeable future. The Clendenen design was never developed commercially, therefore the SJWD WTP represents a one of a kind facility. Kennedy/Jenks Consultants, Inc. completed the Districts Wholesale Water Master Plan during years 2000 and 2001. This comprehensive document has been the guide for subsequent WTP planning efforts, including the Hydraulic Improvements. The master plan was also the basis for the design and construction of several improvements to the WTP to increase reliability an d treatment capacity. Kennedy/Jenks Consultants, Inc. performed this subsequent planning and Design work. They have invested many hours in learning and understanding the Clendenen design, including conducting field reconnaissance and WTP investigations to validate desktop evaluations, and developing system models and performance analyses on behalf of the District. The development of the Wholesale Water Master Plan, and the design and improvements to the WTP provides Kennedy/Jenks Consultants with the unique knowledge and qualifications to provide engineering and design services for the proposed Hydraulic Improvements. During the Wholesale Water Master Planning effort, Kennedy/Jenks utilized a specialized hydraulic model along with extensive field investigati ons and surveys of the Districts WTP, to identify several areas where hydraulic and process improvements were needed to optimize use of the WTP. Several of their recommended improvements have been implemented. These improvements and Kennedy/Jenks model sho uld be updated with the current WTP configuration and calibrated with actual field measurements to allow proper planning of the proposed extensive Hydraulic Improvements. Kennedy/Jenks unique model cannot be duplicated in a timely, economic fashio n, and again, makes Kennedy/Jenks Consultants, Inc. uniquely qualified to perform the work. In addition to the technical qualifications, Kennedy/Jenks Consultants, Inc. has developed a professional rapport with the State of California Department of Health Services (DHS) and have demonstrated their knowledge and understanding of the Districts unique WTP process, fostering DHS confidence in the design, filter configuration and performance of the Districts WTP. Kennedy/Jenks continued team building and interac tion with DHS is critical for obtaining DHS buy-in and amending the Districts DHS water supply permit to ensure success of the proposed project. The most distinctive feature of the Districts WTP is the design of the filter system. The filter media profile, consisting of graded gravels, silica sand, and carefully specified anthracite, is similar to the typical design of a convention al WTP. However, the filter bas in design, underdrain design, and filter backwashing system utilizing dual-drive, up-flow modular filter backwashing units with hydraulic surface wash injectors is the only one of its kind in the world. Any work at the plant must be designed to allow the f acilities to stay in operation during construction, and not affect the quality or quantity of treated water and the ability of the WTP to meet EPA and DHS requirements. Kennedy/Jenks has developed a detailed understanding of WTP operations through their ex haustive planning efforts as well as by working closely with treatment plant operators and staff over the past four years. They have earned the operators trust and they have effectively become partners with them during implementation of several design and construction projects; working closely with them to develop construction plans that allow them to meet their responsibilities to the public and regulatory agencies. WTP operators have communicated to t he District management and the Board on several occasi ons and expressed their desire to see Kennedy/Jenks continue on with the work at the WTP. This is another qualification that sets Kennedy/Jenks apart for consideration of the design work. Kennedy/Jenks Consultants involvement in planning, testing, design d evelopment, regulatory approval, and construction coordination of improvements to the Districts water treatment plant makes them uniquely qualified, and in the Districts opinion, the best choice, to continue the design of the next phase of the water treatm ent plant modifications; the Hydraulic Improvements. There are no Government-owned drawings or technical literature for the services described herein. Interested persons may identify their interest and capability to respond to the requirement. The followin g are the 5 criteria that we will use for evaluation of qualification: 1. Interested parties must be a licensed engineering, design and science firm and must be experienced in the fields. 2. Information furnished should include detail of appropriate techni cal and professional qualifications. 3. Information furnished must demonstrate the interested party is able to perform engineering and design efforts associated with the hydraulic improvements, and the ability to replicate the plant specific hydraulic mode l at no cost to the government and client in an expedited fashion. 4. Information furnished must demonstrate firms experience with the planning, design, construction and operation of water treatment plants and specifically the Clendenen process. 5. The int erested party must pass a background security check. Information furnished as a minimum should include appropriate technical information and professional qualifications that demonstrates the firms ability to meet the minimum requirements listed above. Resp onses should be limited to a maximum of 10 pages, total. Oral or facsimile responses will not be accepted. Responses should be sent to: Barbara Marshall, Attn: CESKPK-CT, 1325 J Street, Sacramento, CA 95814-2922. This notice of intent is not a request for competitive proposals. However, all information received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If the Government determines, based on the responses to this notice, that a full and open competition will be conducted, a synopsis will be placed in FedBizOpps announcing the acquisition; otherwise, the Government will proceed with negotiations with one source with no further notice.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00519827-W 20040212/040210212511 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.