SOURCES SOUGHT
C -- Construction Phase Services, Ft. Irwin Waste Water Treatment Plant (WWTP) Tertiary Upgrade, Ft. Irwin, California.
- Notice Date
- 4/1/2004
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-04-S-0092-01
- Response Due
- 5/17/2004
- Archive Date
- 7/16/2004
- 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 MWH Americas, Inc., the designer for the Fort Irwin Waste Water Treatment Plant (WWTP) Tertiary Upgrade to perform Construction Phase, formerly known as Title II services and design changes during construction. Services include review of shop drawings, value engineering review, responding to contractors questions associated with the design, specialty inspections, startup assistance, operator training, preparation of operator manual, and design changes. The Government intends to solicit and negotiate with MWH Americas, 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 an analysis of 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 perform the services described above. The Fort Irwin WWTP was originally constructed in 1955. Subsequently, a number of improvements have been undertaken and the plant capacity has been increased to an average of 2.0 mgd. Currently, the plant provides secondary treatment of the influent wast ewater utilizing the following unit processes: headworks, oxidation ditch, two secondary clarifiers, chlorine contact tank, effluent ponds, and sludge drying beds. The treated secondary effluent is discharged to a holding pond and from there, it is pumped and sprayed on an abandoned golf course to promote evaporation. Excess irrigation water, in the form of runoff, is conveyed to a number of ponds where it is percolated to the groundwater. The current waste discharge permit allows for secondary effluent reuse under restricted access conditions. MWH Americas, Inc. (formerly known as Montgomery Watson Americas, Inc) performed the effluent disposal study in 1998, evaluated the existing WWTP system and found it to have significant shortcomings. To alleviate the existing deficiencies and promote grea ter water conservation through reuse, MWH Americas, Inc., designed the tertiary treatment facilities and distribution system during years 2000 and 2003 to meet the State Title 22 requirements for unrestricted access use, which would result in greater efflu ent reclamation. MWH Americas, Inc. performed design modifications on the design package to accommodate a major equipment substitution proposed at the time of bid. MWH Americas, Inc. was also the designer for numerous additions/upgrades to WWTP such as t he original secondary plant, pretreatment facility, and aeration system. The Tertiary Upgrade project involves tie-in and modifications to many existing facilities at the WWTP and will require a thorough understanding of the existing facilities and condi tions. MWH Americas, Inc. has invested many hours in studying the existing WWTP system, coordinating with regulatory agency for their approval of upgrading the WWTP to reclaim use of wastewater. The study of the existing WWTP system, the design for several improvements to the WWTP over the last 10 years at Fort Irwin, thorough knowledge of existing facilities and condition, involvement in regulatory approval and coordination, provides MWH Americas , Inc. with the unique knowledge and qualifications to provide and ensure smooth execution of Construction Phase services for the construction of the tertiary upgrade. 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. Information furnished as a minimum should include appropriate t echnical information and professional qualifications that demonstrates the firm??????s ability to meet the minimum requiremen ts listed above. Responses 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 co ntract 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
- Zip Code: 95814
- Record
- SN00558422-W 20040403/040401212402 (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 |