Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2016 FBO #5175
SOURCES SOUGHT

Y -- McMillian Transformer/Switchgear Building Renovations - Washington Aqueduct Division, Washington, DC - Sources Sought Notice

Notice Date
1/22/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-B-0011
 
Point of Contact
Sharla R. Andrews, Phone: 4109622708
 
E-Mail Address
sharla.r.andrews@usace.army.mil
(sharla.r.andrews@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
McMillian Transformer/Switchgear Building Renovations SOURCE SOUGHT SYNOPSIS McMillian Transformer/Switchgear Building Renovations Washington Aqueduct Division, Washington, DC W912DR-16-B-0011 This is a SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT ONLY. This synopsis is market research tool being utilized for information from industry, which will be used for preliminary planning purposes. Only firms who respond to this announcement by submitting the requested information will be used in determining whether to set-aside this requirement. Please do not respond to this notice unless you intend to submit an offer when the official solicitation is released. NO proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTATIONS, OR BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Responses in any form are not offers. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow-up information. No telephone calls will be accepted requesting a bid package or solicitation. Respondents will not be notified of the results of this synopsis. At this time, a SOLICITATION DOES NOT exist. The U.S. Corps of Engineers - Baltimore District is seeking sources for a construction project entitled, Georgetown Building Reservoir Improvements. The solicitation will be for a firm-fixed price construction contract and it will be advertised as Invitation for Bid (IFB). The work includes architectural, civil, structural, mechanical and electrical improvements to five buildings and their surroundings on the McMillan Water Treatment Plant. The purpose of the project is to restore and preserve historic fabric of these five buildings, extend building life and to improve their function and operations. Specific work items include roof clay tile replacement, utility relocation, installation of new concrete sidewalks and stairs, drainage restoration, ventilation systems replacement, lighting upgrades, and restoration and preservation of architectural features.. The place of performance is at Washington Aqueduct Division, Washington D.C. Construction magnitude is between $1,000,000.00 and $5,000,000.00. The anticipated North Industry Classification System (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction) and Business Size Standard of $36.5 Million. Responses to this announcement are due not later than 2:00 P.M. EST, Tuesday, 02 February 2016. The intent of this notice is to assess industry's small business concerns, including SBA Certified 8(a) Firms, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB), capability and interest in performing this requirement. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Certified 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. Be advised that this requirement may be canceled or revised at any time during solicitation, selection, evaluation, negotiation, and award. In addition, no projects are yet authorized and no funds are presently available for this requirement. To be eligible for contract award, a firm must be registered in the Government's System for Award Management (SAM) website: https://www.sam.gov/portal/SAM/#1 PROJECT BACKGROUND: The Washington Aqueduct provides portable water to approximately one million people in the District of Columbia and Northern Virginia. WA maintains and operates the Dalecarlia and McMillan Water Treatment Plants (WTPs). Raw water, diverted from the Potomac River to the Dalecarlia Reservoir which is distributed to the Dalecarlia WTP and via the Georgetown Reservoir to the McMillan WTP. Settled water from the Georgetown Reservoir travels to the McMillan Reservoir via the City Tunnel. The tunnel starts immediately downstream of the Georgetown Castle Gatehouse at the West Shaft. The City Tunnel ends at the East Shaft Pumping Station (ESPS). The East Shaft Pumping Station is the only point of enter for water to the McMillan WTP which handles and treats about 40% of the Washington Aqueduct's entire production. PROJECT DESCRIPTION The project consists of providing a comprehensive rehabilitation of five buildings at McMillan WTP with the goal of restoring and preserving the historic fabric of these buildings. These buildings are a component of the McMillan Water Treatment Plant, and they are considered contributing resources to a National Historic Landmark District. Therefore, an experienced contractor with resources and expertise to handle the following project constraints is needed: • Working with buildings made of non-standard historic brick and sandstone and constructed over 100 years ago. • Restoration and preservation of historic fabric of the buildings will require exact matching for roof clay tile, brick and other building components. • Working around sensitive plant equipment that must remain in operational during construction activities within the buildings. • Utility relocation under minimal outage conditions. • All buildings are located on top or adjacent to underground reservoirs which have load restrictions associated with them. Therefore, no large equipment can be placed on top of these underground reservoirs. GOVERNMENT SUPPLIED MATERIALS: The Government will supply the constructions plans and specifications. PROJECT ASSUMPTIONS: Contractor is required to supply all costs, materials and transportation to complete the construction of the Government furnished plans and specifications. CONTRACT DELIVERABLE: The Contractor shall provide a completed project per the constructions plans and specifications. INTERESTED SOURCES SUBMISSION: Interested sources must submit a narrative demonstrating their qualifications to perform work as described below. The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information. Contractors should present and identify all expertise, types and number of equipment, bonding limit, and name and number of personnel. The Contractor must have access to equipment to perform the work they will perform, and should describe the elements of work they would likely self-perform. The Contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. Firms shall submit a concise narrative and specific project examples or similar size and scope that demonstrate their specialized experience and technical competence in: 1. Restoration and Preservation of buildings of brick and sandstone construction in accordance with "The Secretary of Interior's Standards and Guidelines for the Treatment of Historic Properties" 2. Roof replacement to include steel trusses, sheathing boards and clay tiles. 3. Replacement of steel lintels and historical wooden doors and windows to match the original architecture. 4. Ironwork fabrication and installation that matches the historic fabric building features. 5. Fabrication and installation of large fiber reinforced plastic (FRP) access covers. 6. Installation of ventilation systems and lighting upgrades. 7. Utility relocation and replacement involving electrical equipment (i.e. duct-banks, transformers, lighting, conduit, etc.) Narrative shall be no longer than 10 pages. Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. SUBMISSIONS: Must submit the following at a minimum: 1. Company name, address, phone number, and email address for a point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZone), Certified 8(a) or Women- Owned Small Business (WOSB. 3. Indicate the primary nature of your business. 4. What percentage of work can you perform with your equipment? 5. In addition, please provide a letter from the surety regarding the potential Small Business General Contractor's maximum bonding capability for a single action between $1,000,000.00 and $5,000,000.00 and total aggregate bonding capacity. 6. Email responses are required. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 P.M. EST on 02 February 2016. All interested firms must register in the System for Award Management (SAM) to be eligible for award of Government contracts. Please see www.sam.gov for additional registration information. Email your response to Sharla Andrews, sharla.r.andrews@usace.army.mil. Contracting Office Address: USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203 Place of Performance: Washington Aqueduct, 5900 MacArthur Boulevard, NW, Washington, DC 20016 Point of Contact(s): Sharla Andrews, (410) 962-2708 Email: sharla.r.andrews@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-B-0011/listing.html)
 
Place of Performance
Address: Washington Aqueduct Division, Washington, District of Columbia, United States
 
Record
SN03999165-W 20160124/160122234246-4949d6d64639030369de56930a027b03 (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.