Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
MODIFICATION

Y -- Design and Construction Services for a new Electro-Dialysis Reversal (EDR) Water Treatment Facility and Water Supply and Distribution System Infrastructure Upgrades at Fort Irwin, California

Notice Date
5/16/2012
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-12-R-0018
 
Response Due
7/5/2012
 
Archive Date
9/3/2012
 
Point of Contact
lucia.a.carvajal, 213-452-3240
 
E-Mail Address
USACE District, Los Angeles
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Los Angeles District, anticipates aprocurement for the EDR water treatment and system design and construction activities including but not limited to the Design Build of a 6.0 million gallons per day (MGD) EDR water treatment plant. The Plant will treat ll contaminants found in Fort Irwin's ground water in accordance with (IAW) federal and state requirements (i.e.: arsenic, fluoride, and total dissolved solids). The Plant will include an Electro-Dialysis Reversal (EDR) system as primary treatment. The project also includes the construction of the EDR facility with pumps, EDR stacks, filters, and an EDR waste equalization tank. The Plant also includes treatment of the waste stream to achieve 99.8% potable water recovery rate with reject discharge to evaporation ponds. Construction also includes a 1 million gallon (MG) pretreatment tank and a 1 MG clear well tank. Project also includes control building, chemical building, treated water pump station, process drain pump station, standby generator, process piping, and SCADA. The project includes supporting utilities and infrastructure upgrades to the water plant include electric service, site improvements, communications, water, sewer, gas, storm water drainage and antiterrorism measures. Commissioning of the water treatment plant is also included. The water system improvements include pipelines connecting the water plant to Bicycle Lake booster station, replacement of expired pipe and equipment, and water supply /distribution system expansion. Other system improvements include improvement of fire flow, installation of a new water well at Langford Lake and connecting Irwin basin wells to raw water transmission lines. Tank construction includes rehabilitation of existing welded steel water storage tanks and repair/replacement of a 1 MG above ground water storage tank. Sustainable Design and Development (SDD), Energy Independence and Security Act (EISA) of 2007, and Energy Policy Act of 2005 (EPAct05) features will be included. The PA for this project is $115M. The cost of design and construction for this project ranges from $100-$250M. The proposed project duration is 36 months. This Procurement will be conducted under FSC CODE: Y1NE, NAICS Code: 237110. The size standard for this code is $33,500,000. The acquisition will be conducted under a competitively negotiated source selection. Both a technical proposal and a price proposal will be required. The acquisition strategy is Best Value "Tradeoff." This process allows for a trade-off between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. In making the tradeoff determination all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. It is the Government's intent to award based on initial offers without discussions. Evaluation factors may consist of the following: Past Performance (Prime Construction Contactor and Lead Design Firm) on projects similar in nature; Key Personnel, and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of their proposal package. The plan shall be prepared in accordance with FAR 52.219-8 and 52.219-9 and AFARS 19.705. Failure to submit an acceptable sub-contracting plan may make the offeror ineligible for award of the contact. To be acceptable, the plan must adequately address the six required statutory elements and provide sufficient information to enable the Contracting Officer to answer affirmatively questions A through H of appendix DD, Part 2, AFARS 5119.705. Downloading the Solicitation: The solicitation will be available on or about 21 May 2012. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov Viewing/downloading documents from fbo.go will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that ALL firms who want to access the solicitation, both prospective primes and subcontractors, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov READ THIS NOTICE FIRST Documents posted to this FedBizOps site are associated with the upcoming Fort Irwin Water Treatment Plant Request for Proposal (RFP) W912PL-12-R-0018 and are provided For Information Only (FIO). These documents will be provided FIO in the pending RFP W912PL-12-R-0018 as prior studies and conceptual design indicating processes required by the DD1391 and required by the RFP. These drawings have been provided as a precursor for the upcoming RFP from a 2009 partial design by CH2M HILL Constructors, Inc. of the process required that was based on a Design/Build/Operate business process. The design and FIO drawings provided do not meet the full requirements of this solicitation and as presented do not meet the full requirements of the RFP. Complete engineering analysis and assessment shall be performed by the Contractor as part of the RFP. The actual sizing of the tanks, pumps, piping, buildings, etc. shall be determined by the Contractor during his design, and the Contractor shall ensure that the Water Supply Permit and dictated limits (in this solicitation) are met during all production/treatment operations. As such, the Government shall assume no responsibility for any understanding or representations concerning conditions made by any of these documents prior to the execution of the contract, unless included in the solicitation, RFP, specifications or related documents. NOTICE OF PROPRIETARY INTEREST AND RELEASE OF LIABILITY Documents posted to the Fort Irwin Water Treatment Plant Request for Proposal W912PL-12-R-0018 electronic information appendix were originally developed by CH2M HILL, Inc. or its affiliates in response to a task order under Army Contract DACA87-02-D-0037. CH2M HILL, Inc. or its affiliates have asserted an proprietary interest in the information it developed for the Army task order (hereinafter "CH2M HILL documents"), but has granted the Army permission to make them available for use in the development of the Fort Irwin Water Treatment Plant subject to the following conditions: Parties downloading the CH2M HILL documents agree that they will use them solely for the purpose of responding to RFP W912PL-12-R-0018, and, if awarded the contract, to design and construct of the actual plant and appurtenant systems as described in the RFP; and that they will not use these documents for any other purpose, including, among other things, for the development of similar such facilities and appurtenant systems at a site other than at Fort Irwin, California. Parties downloading the CH2M HILL documents acknowledge CH2M HILL, Inc. and its affiliates disclaims any warranty of usefulness or suitability of purpose, including the development of a water treatment plant in response to the RFP. Parties agree to release CH2M HILL, Inc. and its affiliates and hold them harmless from all liability for their use of or reliance on the CH2M HILL documents. *** Parties are on notice that Section 00 08 00, Special Contract Requirements, will contain a provision which will apply to the contractor for the design-build contract for the Water Treatment Plant at Fort Irwin, California that will be read substantially as follows: RELEASE OF CLAIMS AND INDEMNIFICATION OF CH2M HILL, INC. (a) Information in the technical reference section of the RFP that was developed in whole or in part by CH2M HILL, Inc. or its affiliates is made available to the contractor for its use without any warranty of usefulness or suitability of purpose. The Contractor agrees to defend, indemnify and hold CH2M HILL, Inc., its affiliates, officers, agents, and employees harmless from all claims, injuries, damages, losses, expenses and costs, including attorney's fees, for suits or actions arising out of any use of, reliance upon, or performance related to the information in the technical library that was provided, produced or developed by CH2M HILL, Inc or its affiliates. (b) This indemnity shall not apply unless the Contractor shall have been informed as soon as practicable by CH2M HILL, Inc. of the suit or action alleging CH2M HILL's responsibility and shall have been given such opportunity as is afforded by applicable laws, rules, or regulations to participate in its defense. (c) This indemnity shall not apply to an unreasonable settlement without the consent of Contractor of a suit or action for CH2M HILL's responsibility related to information in the technical library that was provided, produced or developed by CH2M HILL, Inc. or its affiliates, unless required by final decree of a court of competent jurisdiction. (d) Flowdown: The Contractor shall insert this provision in all contracts, task orders, delivery orders, purchase orders, and other similar instruments with its consultants, subconsultants, subcontractors or suppliers, at any tier, who may, in any way, use or rely upon the information in the contract provided, produced or developed by CH2M HILL, Inc or its affiliates. *** The Government will not respond to any questions regarding the posted documents, the notice of CH2M HILL's assertion of proprietary interest, and the notice of proposed release of liability until after the RFP is posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-R-0018/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02749352-W 20120518/120516235605-1907dd6894f1ee58ca857ab3c8f392a8 (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.