SOURCES SOUGHT
Y -- Clean Potable Water System, Dugway Proving Ground, Utah
- Notice Date
- 6/3/2009
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-09-S-9154
- Response Due
- 6/24/2009
- Archive Date
- 8/23/2009
- Point of Contact
- Connie L Newell, 916-557-5229<br />
- E-Mail Address
-
US Army Engineer District, Sacramento
(connie.l.newell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of potential small business categories, for potential small business set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email at Connie.L.Newell@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for Potable Water Systems Improvements, Dugway Proving Ground, Utah. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in July 2009. The estimated cost range according to the DFARS 236.204 is between $ 10,000,000 to $ 25,000,000. The NAICS Code is 237110, the size standard is $ 33.5 million (average annual receipts for preceding three fiscal years), and the Federal Supply Code is Y245, Construction/Water Supply. The duration of the project is 730 days. Under Federal Acquisition Regulation (FAR) guidelines, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1 the contractor shall perform on the site, and with its own organization work equivalent to at least 20% of the total amount of work to be performed under the contract. PROJECT DESCRIPTION Project includes five (5) different work sites within Dugway (Scada, Avery, Baker, Carr and Ditto). Construction of Clean Potable Water Project requirements will include: Installation of approximately 40,000 feet of fiber optic cable with pull points and terminations, provision of manholes, replacement of defective fire hydrants, installation of new looped potable water system plastic (ABS or PVC) piping including isolation valves and automatic flushing valves with infra-red capable meters at each building, installation of new main transmission line including fire hydrants, replacement of defective valves at base connection points, installation of 4 service lateral to new fire hydrant, installation of 5 foot, 2 stub off main transmission line with isolation valve, electrical improvements to replace existing pumps with new submersible 20 and 10 hp pumps, installation of new 40 hp potable water pumps, 15 hp raw water pumps, 2 hp reject water pump, new electrical motor control station, mag meters, alarm and control panel, telephone landline and internet connections for local and remote control, new electrical pumps, lighting, air circulation, transformer change out, outside building improvements. Project will also include construction of new pump/treatment building to include a treatment system capable of removing arsenic and to clean up secondary requirements (taste, odor/smell, turbidity, suspended solids, etc.) and construction of a new wastewater lagoon cell to handle treatment waste discharge. Project will also require excavation and disposal of decontaminated chemical agent waste (red or purple soil). CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors project execution capabilities. Please provide your response to the following. 1) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Offerors capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 4) Offerors type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offerors Joint Venture information if applicable existing and potential 6) Offerors Bonding Capability in the form of a letter from Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by EMAIL or mail by 5:00 PM Pacific Time on June 24, 2009. Submit response and information: via EMAIL to: Connie.L.Newell@usace.army.mil or via Mail to: Connie Newell, CESPK CT-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-9154/listing.html)
- Place of Performance
- Address: Dugway Proving Ground Multiple Sites Dugway PG UT<br />
- Zip Code: 84022<br />
- Zip Code: 84022<br />
- Record
- SN01834914-W 20090605/090603235357-3908b770b1d4f40d119a3b43579e9112 (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 |