SOURCES SOUGHT
Y -- Sources Sought Notice - Bunker Hill, Idaho Central Treatment Plant Upgrade and Groundwater Collection System Project
- Notice Date
- 7/15/2014
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W68MD941886879
- Response Due
- 7/22/2014
- Archive Date
- 9/13/2014
- Point of Contact
- Adam M. Birkland, 206-764-3203
- E-Mail Address
-
USACE District, Seattle
(adam.m.birkland@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice for the US Army Corps of Engineers, Seattle District. This notice is for information purposes only and IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 The U.S. Army Corps of Engineers, Seattle District, requests capability statements from businesses concerning the availability of services that satisfy the requirements described below. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to: Adam.M.Birkland@usace.army.mil NAICS Code: 237110, Water and Sewer Line and Related Structures Construction Small Business Size Standard: $33.5 (Million) Federal Service Code: Y1PD - Construction of Waste Treatment and Storage Facilities The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Businesses Community: Small Business (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business (WO), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zones (HUBZones). The Government must determine whether there is adequate competition among the potential pool of responsible contractors. The Small Business Community is highly encouraged to respond. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. The solicitation will be for a contract and will be advertised as a Request for Proposal (RFP). GENERAL REQUIREMENTS: The US Army Corps of Engineers, Seattle District is seeking contractors that can perform the Bunker Hill, Idaho Central Treatment Plant Upgrade and Groundwater Collection System Project. The Bunker Hill Mining and Metallurgical Complex Superfund Site (Site) is located primarily in northern Idaho. The Site includes mining-contaminated areas in the Coeur d'Alene River corridor, adjacent floodplains, downstream water bodies, tributaries, and fill areas, as well as in the 21- square-mile Bunker Hill quote mark Box quote mark (designated as Operable Unit (OU 2) where historical ore-processing and smelting operations occurred. Records of Decisions issued by the U.S. Environmental Protection Agency (EPA) include remedial actions for collecting and treating select metals- contaminated source waters within OU 2. This particular remedial action project includes the following elements: 1. Upgrade and expansion of the existing Central Treatment Plant (CTP) 2. An effluent discharge pipeline from the expanded CTP to the South Fork Coeur d'Alene River (SFCDR) 3. A groundwater collection and conveyance system (GWCS) located primarily between the Central Impoundment Area (CIA) and Interstate 90 (I-90) to allow treatment of contaminated groundwater at the expanded CTP or routing to a storage pond 4. Ongoing treatment of existing acid mine drainage (AMD) flows to current discharge standards during construction 5. Operations and maintenance services prior to and during construction of the expanded CTP and GWCS, during startup and commissioning, and for a period of between 2 and 5 years following startup (yet to be determined) of the GWCS and the upgraded and expanded CTP. The upgraded and expanded CTP will treat a combination of existing influent AMD from the Bunker Hill mine and new influent (metals-contaminated groundwater piped to the CTP using a lime precipitation high density sludge (HDS) process). The treatment plant will be upgraded and expanded to treat between 5,000 gallons per minute (gpm) and 8,000 gpm (yet to be determined). Major components of the upgrade include new reactors, thickener modifications, and addition of granular media filters. A new effluent discharge pipeline and outfall into the SFCDR will also be constructed. Updated and more stringent treatment standards are to be met following startup. The GWCS for the new influent water source is anticipated to consist of a series of groundwater extraction wells located along the northern edge of the CIA, and a new below-grade cutoff wall located down-gradient from the extraction wells. Approximate dimensions of the below grade cutoff wall are anticipated to be 8,000 feet in length and 20-40 feet in depth to interface with the confining layer of the aquifer. In addition, associated piping to convey the contaminated groundwater either directly to the CTP or to an existing geomembrane-lined storage pond will also be required. The GWCS well field is anticipated to be controlled through a supervisory control and data acquisition (SCADA) system that will be constructed as part of this project and integrated with the updated treatment plant control system allowing centralized operation. SUBMISSION REQUIREMENTS: Firm's response to this Synopsis (Sources Sought Notice) shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, e-mail address, DUNS number, CAGE code and relevant NAICS codes. 2. Firm's interest in bidding on the solicitation when it is issued. 3. EXPERIENCE: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, customer satisfaction and dollar value of the project. Minimum of 3, but no more than 5 similar jobs. The experience submitted needs to relate to this requirement. In particular, verify the availability (either in-house or through a sub) of experience with design-build work, construction of waste water treatment plants using a lime precipitation high density sludge (HDS) process), O&M of treatment plants, and design of groundwater collection conveyance systems using industry standard groundwater modeling applications. 4. Firm's project and cumulative bonding limits. 5. Firm's small business category and Business Size (Small Business (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business (WO), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zones (HUBZones) and Historically Black Colleges and Minority Instiutions (HBCU/MI). 6. Firm's Joint Venture information if applicable. 7. LARGE BUSINESS FIRMS: Provide the percentage of small business participation (as a percentage of your total estimated proposal value). 8. Please note, the Seattle District intends to retain up to 5% of the contract amount until completion of all punch-lists and acceptable of a fully functioning facility. Include a discussion verifying your firm's ability to successfully perform the work under this payment structure. Responses will be shared with the Government and the project team, but otherwise will be held in strict confidence. Interested Firms shall respond to this Synopsis (Sources Sought Notice) no later than 2:00 P.M. on Pacific Standard Time on Tuesday, July 22, 2014. All interested firms must be registered in SAM, https://www.sam.gov and remain current for the duration of the contract to be eligible for award of Government contracts. Email your response to Adam.M.Birkland@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD941886879/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN03424931-W 20140717/140716021430-f8152133bef3d8e88a5a18caebff2c60 (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 |