Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2015 FBO #5109
SOURCES SOUGHT

46 -- Georgetown Reservoir Basin Cleaning Services

Notice Date
11/17/2015
 
Notice Type
Sources Sought
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-16-R-0007
 
Archive Date
12/10/2015
 
Point of Contact
Lillian Lamb, Phone: 4438532060, Phillip A. James, Phone: 4109622281
 
E-Mail Address
Lillian.Lamb@usace.army.mil, phillip.james@usace.army.mil
(Lillian.Lamb@usace.army.mil, phillip.james@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses are due no later than 11:00 a.m. eastern standard time December 1, 2015. This is a Sources Sought Notice and is for informational/ market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from (8(a), Service Disabled Veteran Owner Businesses (SDVOB) and HUBZone small businesses concerning the potential project 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 Lillian.lamb@usace.army.mil or hard copy to U.S. Army Corps of Engineers, 10 S. Howard Street, Room 7200-D, Baltimore MD 21201-1715 no later than 11:00 a.m. eastern standard time December 1, 2015. Project Description: Georgetown Reservoir Basin Cleaning Services, Washington, DC. The solicitation will be for a service contract and it will be advertized as a Request for Quote (RFQ) in the $100,000 - $250,000 range. The work involves the removal of water treatment residuals (i.e. sediment) from two large basins by a submersible, electrically powered, remotely operated robotic equipment that conveys the collected residuals to the wet well of an adjacent Pumping Station. The Pumping Station is located on-site at the Georgetown Reservoir at 4600 MacArthur Boulevard, NW, Washington, DC 20007. The Washington Aqueduct provides potable water to approximately one million people in the District of Columbia and Northern Virginia. As part of the water treatment and supply system, the Washington Aqueduct maintains the Georgetown Reservoir which consists of three basins. The basins are an important component of the water treatment system operated by the Washington Aqueduct. These basins are used to settle out water treatment residuals from water that is filtered at the McMillan Water Treatment Plant. Washington Aqueduct currently operates dredges in two of the basins, but due to the irregular shape of the basins, there are areas of the basins that cannot be reached by the dredges. Hence, the government is seeking an experienced contractor with the resources and expertise to perform the work of this project under the following constraints: i. Ensuring non-contamination while working at an industrial facility around a portable water supply system. ii. The equipment used must have natural gas or propane powered engines or be electrically operated. The Washington Aqueduct processes potable water, so no gasoline powered equipment is allowed to be used in the reservoir basins. iii. Performing sediment removal activities throughout the year round while maintaining access to other contractors and government employees working in the area iv. The proposed equipment must be able to remove sediment at water depths of up to 29 feet and pump the sediment for distances up to 2000 feet. Interested 8(a), SDVOB and HUBZone certified firms should submit a concise narrative and specific project examples of similar size and scope that demonstrate their experience in: 1. The successful removal of deposited sediments from large basins at an industrial facility within limited time durations. 2. The ability to remove sediment from basins while keeping turbidity levels resulting from the operation to a minimum. 3. The use of submersible, electrically powered, remotely operated robotic equipment to clean basins. 4. Quantifying and measuring the amount of sediment removed on a daily basis. Capability statements should include the following information: 1. Company name, address, phone number and point of contact. 2. Company's System for Award Management (SAM), Cage Code and DUNS Number to verify your business status as a qualified Small Business (SB) Firm, Certified Historically Underutilized Business Zone (HubZone) Firm or Service-Disabled Veteran-Owned Small Business (SDVOSB) Firm. Contractors must be registered in SAM and completed the Online Representations and Certifications Apllication (ORCA). Please see www.sam.gov. 3. Provide details of three (3) most recent projects of similar scope and magnitude directly performed by your company, to include demonstrated specialized experience and technical competence in the following: (a) Details of scope, size, and duration of similar projects, as well as description of specialized experience and technical competence in similar projects. (b) A listing of the type, sources and projected production rates of equipment proposed for use on this project, including ready access to equipment sufficient to satisfy project schedule requirements and provide continued satisfactory performance in the event of equipment breakdown. (c) A listing of key personnel who will be working on this project, including descriptions of qualifications and experience gained working on similar type projects using similar equipment. (d) A description of quality control, scheduling, and safety procedures and documentation. (e) A description of risks to performance commonly encountered on projects of this type and a description of associated risk mitigation strategies. Narratives shall be no longer than ten pages. Email responses are preferred. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Comments may be in any format, but must include the offerors' name, phone number, and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-R-0007/listing.html)
 
Place of Performance
Address: 4600 MacArthur Boulevard NW, Washington, District of Columbia, 20007, United States
Zip Code: 20007
 
Record
SN03948546-W 20151119/151117235223-e217f39ed30ea3c16cf6401592bc3c90 (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.