Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

Y -- Advanced Waste Water Treatment Plant (WWTP) - Fort Riley, Kansas

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ10R4001
 
Response Due
11/30/2009
 
Archive Date
1/29/2010
 
Point of Contact
Nicholas DeGuire, 816-389-3514
 
E-Mail Address
US Army Engineer District, Kansas City
(nicholas.deguire@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposals (RFP) for construction at Fort Riley, Kansas based on Best Value. The purpose of the RFP will be to solicit and award a Design-Bid-Build Construction project for construction of an Advanced Waste Water Treatment Plant (WWTP) with capacity of 3 million gallons per day (MGD) located at Fort Riley, Kansas. The Government proposes to issue a firm fixed price type contract for this project. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The estimated magnitude of this project is between $25,000,000 and $100,000,000. Estimated contract duration is not to exceed (NTE) 540 calendar days for the base contract. The North American Classification System (NAICS) Code for this project is: 237110. The small business size standard is $33.5 million. This action is full and open. At this time, no pre-solicitation conference is planned for this solicitation. If the government does elect to hold a pre-solicitation conference, the pre-solicitation announcement will be modified accordingly. The solicitation will be available on or about 30 November 2009 and proposals will be due on or about 5 January 2010, 2:00 pm (CST). A site visit will be scheduled and included in the RFP. The solicitation including any amendments shall establish the official opening and closing date and time.. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. The Government intends to award without discussions. The successful offeror will be required to furnish all labor, materials, permits, equipment and services necessary to perform a firm fixed price Design-Bid-Build construction type contract. Construction services to be performed under the firm fixed price contract will consist of constructing an advanced waste water treatment plant (WWTP) with capacity of 3 million gallons per day (MGD). Project includes directing all current flows from Funston, Main Post and Marshall Army Airfield to the new WWTP, lift stations, piping, head works, preliminary treatment, oxidation ditches, clarifiers, activated sludge pumping, sand filtration, ultraviolet (UV) disinfection, sludge handling and treatment facilities, and system control and data acquisition system (SCADA). Project also includes attendant appurtenances, valves, piping, connections, backup generators with buildings, laboratory and control building, head works building and sludge treatment building. Anti-terrorism/force protection measures include the installation of intrusion and duress alarms, and conduit for future sensors. Supporting facilities include electric service, exterior lighting, water, access road, paving, walks, information systems, and site improvements. Exterior anti-terrorism measures will include an eight foot high fence and landscaping. Access for individuals with disabilities will be provided. Heating will be provided by individual units. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air Conditioning (Estimated 30 Tons). This solicitation with plans, specifications, and any amendments, will be published in electronic format on FedBizOpps https://www.fbo.gov. There will be no printed hard copies or CD-ROM Disks provided by this agency. Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations and make them available in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. Offerors are responsible for checking the website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. CCR requirements: Prior to submitting a proposal, offerors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an bid, the offeror acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Refer to CCR clause 252.204-7004. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: Offerors are required to complete ORCA requirements prior to submitting their proposal. ORCA may be accomplished at http://orca.bpn.gov. VETS-100 Requirement: Per Federal Acquisition Regulations (FAR) part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Nicholas J. Deguire and can be reached by phone at (816)389-3514 or by email at Nicholas.J.Deguire@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ10R4001/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02001807-W 20091112/091110235744-3aaaa6f38ddff9a6836ca1e86fd3ce1a (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.