Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2017 FBO #5798
SOURCES SOUGHT

Z -- North Clearwell Maintenance and Improvements - Sources Sought Notice

Notice Date
10/6/2017
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures 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-18-N-0001
 
Archive Date
11/4/2017
 
Point of Contact
Robert Jackson, Phone: 4109623464
 
E-Mail Address
robert.n.jackson@usace.army.mil
(robert.n.jackson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice Responses are due no later than 1:00 p.m. eastern standard time October 20, 2017. 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 qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically or Underutilized Business Zones (HUBZones), 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 robert.n.jackson@usace.army.mil no later than 1:00 p.m. eastern standard time October 20, 2017. Project Description: North Clearwell Maintenance and Improvements for the Washington Aqueduct Division, Washington, DC. The solicitation will be for a construction contract and it will be advertised as an invitation for bid (IFB) in the $10M - $25M range. The specific work includes structural, mechanical, and electrical improvements to the North and South Clearwells that will result in a structurally sound reservoir with improved water quality and reliable operation. The North American Industry Classification System (NAICS) for this requirement is 237110 (Water and Sewer Line and Related Structures Construction) and Business Size Standard of $36.5 Million. 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 and operates the Dalecarlia and McMillan Water Treatment Plants (WTPs). The North Clearwell is an approximate 612 LF x 162 LF underground structure that is 25' deep and was built in 1904. The North Clearwell is fed by a 72" water main which acts as an influent line at the northwest corner of the Clearwell. The Clearwell effluent and bypass pipes, both 78" in diameter, are located at the south end of the structure. The effluent pipe runs approximately 30' through a sluice gate chamber, in which are four (4) sluice gates, before entering into the South Clearwell. The bypass pipe runs diagonally, in the southwest direction alongside the South Clearwell, and supply water to the Bryant Street Pumping Station. The work involves the construction, repair and replacement of equipment related to the North and South Clearwells within time-constrained limited outage windows. Specific work items include the replacement of large valves and sluice gates; the installation of static mixers and back flow preventers; the repair of manhole, hatch covers and an Accusonic flow meter. Optional work items include the construction of a new two-way roof slab over the North Clearwell and the installation of a green roof system; installation of clearwell baffle walls; electrical utility relocation; and general structural repairs to the interior of the North Clearwell. The work also includes the inspection and cleaning of a 2,500 LF 48" diameter drain pipe containing calcified lime. Hence, an experienced contractor with resources and expertise to handle the following project constraints is needed: i. General excavation, stockpile, hauling and grading of large areas in a residential neighborhood with production limited by weight restrictions for equipment placement. ii. Installation of large sluice gates, valves, electrical actuators, static mixers, backflow preventers and Accusonic flow meters. iii. Resolving water infiltration issues including concrete column repairs, wall and roof spalling to include structural repairs, epoxy injection and sealing expansion/construction joints. iv. Installation of a reinforced concrete roof overlay slab, installation of a perimeter roof drain system and a waterproof membrane over the roof slab. v. Installation of green roof system over the North Clearwell. Interested qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), or Qualified Section 8(a) certified firms should submit a concise narrative and specific project examples of similar size and scope that demonstrate their specialized experience and technical competence in: a) Performing quality construction work within limited and time-constrained outages without impacting production of potable water at an operating water treatment plant. b) Scheduling and managing multiple work crews to install multiple valves simultaneously with tight timelines. c) Performing work in confined spaces with trained and certified personnel in a timely manner. d) Coordination of work with production outages in an industrial environment. e) Managing critical lifts and rigging to lower equipment and material through roof slab hatches. f) Managing soil removal, stock piling and re-grading soil with production limited by roof slab equipment weight restrictions. g) Performing contract administration tasks and planning for contingencies to maintain schedule completion dates. h) Knowledge of quality control, scheduling, and safety procedures and documentation, similar to those typically utilized on USACE projects. Capability statements should include information and details of similar projects, to include contract value. In addition please provide a letter from the surety regarding the potential Small Business General Contractor's maximum bonding capability for a single contract action total aggregate bonding capacity. 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. Responses must include the Offerors' name, POC phone number, SAM information and email address. 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): Robert Jackson, (410) 962-3464
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-18-N-0001/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN04708832-W 20171008/171006230830-a381084bebfddaf5e6b479564a0a1691 (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.