Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOURCES SOUGHT

Y -- Third High Reservoir Maintenance & Improvements

Notice Date
10/16/2018
 
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, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR19B0004
 
Archive Date
12/31/2018
 
Point of Contact
Nicole Brookes, Phone: 410-962-2935, Ashley M. Wingfield, Phone: 4109623557
 
E-Mail Address
nicole.c.brookes@usace.army.mil, ashley.wingfield@usace.army.mil
(nicole.c.brookes@usace.army.mil, ashley.wingfield@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. This is a Sources Sought Notice which serves as a market research tool to obtain information from industry and will be used for preliminary planning purposes. 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 notice or any follow-up information. Respondents will not be notified of the results of this notice. 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 third high reservoir maintenance and improvements project. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The North American Industry Classification System (NAICS) for this acquisition is 237110 (Water and Sewer Line and Related Structures Construction) with a size standard of $36.5 Million. The magnitude of construction is between $1M and $5M. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Third High Reservoir Maintenance and Improvements, Washington Aqueduct Division, Washington, DC. 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). Potable water from these WTPs is pumped via the third high service to the Third High Reservoir. This reservoir is an approximate 380 LF x 300 LF subsurface structure that is 26 feet deep that was built in mid 1950s. It has a capacity of 21.2 MG and is located adjacent to Fort Reno Park in Washington. DC. The project consists of implement upgrades and improvements to the Third High Reservoir to address operational and sanitary survey issues previously identified. This will result in improved water quality and operation within the distribution system. The work includes architectural, mechanical, electrical and civil improvements to the finished water storage structure that will increase its reliability and improve its function and the replacement of the influent and effluent buildings; the replacement of large valve assemblies; installation of mechanical mixers; sealing of all interior joints and cracks; the re-routing of a sample line and the interception of the reservoir drain line to construct a deep manhole to separate flow from the sewer system by creating an air-gap. This reservoir is a critical component of the distribution system and so the reservoir outage period is restricted. Hence, an experienced contractor with resources and expertise to handle the following project constraints is needed: i. The reservoir roof surface has limited weight restrictions and can only be taken out of service between the months of November thru March. Hence all work needing to be performed inside the reservoir has to be completed within that time frame. ii. The demolition and re-building of brick buildings must be done within a limited outage window during the winter months when the reservoir is out of service. iii. Access into the reservoir structure is limited and all work therein is considered confined space work. iv. The reservoir is located in a residential neighborhood adjacent to a public park owned by the National Park Service. v. The existing security server and associated equipment is to be removed and re-installed by a professional security contractor. 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 with single bonding capacity to support this project should submit a concise narrative and specific project examples of similar size and scope that demonstrate their specialized experience and technical competence in: 1. The demolition and reconstruction of brick masonry buildings complete with the installation of heating, ventilation, electrical and SCADA equipment. 2. Performing expansion and construction joint sealing with active infiltration within a limited and time-constrained outage. 3. Successful installation of large valve assemblies and mechanical mixers in confined spaces with trained and certified personnel in a timely manner. 4. Excavation construction of large, deep manholes. 5. Utility re-route and commissioning. 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 between $1,000,000.00 and $5,000,000.00, and total aggregate bonding capacity. Narratives shall be no longer than ten pages. Email responses are preferred. The contractor should be familiar with the Federal Safety Manual and provisions of the Davis-Bacon Act. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Responses must include the Company name, address, phone number and point of contact, SAM information and DUNS Number. Contracting Office Address: USACE District, Baltimore, 2 Hopkins Plaza, Room 03-G-01, Baltimore, MD 21201 Point of Contact(s): Email your responses to MSG Nicole Brookes at nicole.c.brookes@usace.army.mil and Mrs. Ashley M. Wingfield at ashley.wingfield@usace.army.mill no later than 11:00 a.m. EST, 31 October 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR19B0004/listing.html)
 
Place of Performance
Address: 3rd High Service Reservoir (38.953561, -77.077379), 3901 Donaldson Place, NW., Washington, District of Columbia, 20016, United States
Zip Code: 20016
 
Record
SN05126175-W 20181018/181016230705-7f9f18e326946ec7ad89510e3a2101d0 (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  © 1994-2020, Loren Data Corp.