Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

Y -- INDUSTRIAL WASTE WATER TREATMENT PLANT at IOWA AAP, MIDDLETOWN, IOWA

Notice Date
4/21/2008
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F08R0031
 
Response Due
6/4/2008
 
Point of Contact
Barbara A. Young, Phone: 402-221-4275
 
E-Mail Address
barbara.a.young@usace.army.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
On or about 5 May 2008, this office will issue a Request for Proposal for the construction of INDUSTRIAL WASTE WATER TREATMENT PLANT at IOWA AAP, MIDDLETOWN, IOWA. Proposals will be due on or about 3 June 2008. This project is set-aside under the Historically Underutilized Business Zone (HUBZone) Program. To be considered for award, successful bidder must be a certified HUBZone contractor. Status as a qualified HUBZone small business concern is determined by the Small Business Administration (SBA) in accordance with 13 CFR part 126. If the SBA determines that a concern is a qualified HUBZone small business concern, it will issue a certification to that effect and will add the concern to the List of Qualified HUBZone Small Business Concerns on its Internet website at http://www.sba.gov/hubzone. A tentative site visit date has been scheduled for 8 May 2008. Provisions in the solicitation documents will provide detailed information (meeting place, time, points of contact, and access requirements). DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Obtaining Solicitation Documents below. ______________________________________________________________________________ The work will include the following: (Approx. quantities) This is a Design-Build Project. The work consists of design and construction of an Industrial Waste Water Treatment Plant at an existing production line at the Iowa Army Ammunition Plant to treat the wastewater generated by the production of detonators. The Industrial Waste System will consist of a collection system, influent holding tank, lead precipitation, filtration, neutralization, equalization, and solid dewatering. Access for individuals with disabilities shall be provided. The new treatment plant will be located inside an existing building of the production line. The treatment system will operate in a batch mode and will be capable of treating a 1000 gallon batch within an 8 hour operational shift. The system will discharge to the sanitary sewer system once effluent testing has confirmed discharge criteria have been met. The discharge criteria will be the Federal Maximum Contaminant Level (MCL). This project also includes the reactivation and refurbishment of the six existing concrete lined wastewater sumps. The existing stainless steel tanks in the sump pits will be replaced with new double wall tanks. All new conveyance piping and pumps will be added to transport the waste water from the sumps to the treatment plant and then to discharge the treated effluent into the sanitary sewer. The six sumps will also each be enclosed by new insulated buildings with adequate heating and ventilating. The Design-Build Contractor for this project will also be responsible for obtaining, completing, and submitting all environmental permit applications and notices that are required for the construction and operation of this treatment system. The estimated design and construction cost of this project is between $2,500,000 and $5,000,000. Proposal Evaluation: Firms participating in the RFP will submit technical requirements in accordance with Section 00 22 00: PROPOSAL SUBMISSION AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e. Design and Construction Experience; Past Performance, Design and Construction; Project Management Plan (PMP); Price (Separate Binder)). An adjectival method of evaluation will be used to evaluate the technical factors. _______________________________________________________________________________ Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for this contract: (a) Small Business: 51.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business:7.3% of planned subcontracting dollars*. (d) Service-Disabled Veterans:1.5% of planned subcontracting dollars*. (e) Hubzones:3.1% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 540 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Registering is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitations is as follows: 1.Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 2.If you are a first time user, you will have to register** (see info included below); Otherwise, enter username and password. 3.Click on Opportunities hyperlink at top of the fbo.gov. 4.Enter solicitation number of project in Keywords/SOL # box and click on Go button.. 5.Click on link to solicitation or amendment. 6.If you want other vendors, sub-contractors or contractors to contact you, click on Add me to Interested Vendors link. 7.Click on Packages link. 8.To access solicitation documents, Central Contractor Registration Marketing Partnering Identification Number (MPIN) and solicitation number are required. Click on Go button. Follow the on-screen requirements to access and download the solicitation documents or amendments. **Registration: The information listed below is required to register. 1.Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2.DUNS Number or CAGE code 3.Telephone Number 4.E-Mail address Questions regarding the ordering of the same should be made to: 402 995-2069. Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402) 995-2777 or Specification Section at: (402) 995-2186. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 106 South 15th Street Omaha, NE 68102 1618
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=48a13e3eb3427fac429b9a7ec4e51033&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
 
Record
SN01558240-W 20080423/080421215713-48a13e3eb3427fac429b9a7ec4e51033 (fbodaily.com)
 
Source
FedBizOpps 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.