Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOURCES SOUGHT

Z -- SECOND HIGH RESERVOIR MAINTENANCE AND IMPROVEMENTS

Notice Date
12/11/2019 8:54:52 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201 USA
 
ZIP Code
21201
 
Solicitation Number
W912DR20B0006
 
Response Due
1/7/2020 9:00:00 AM
 
Archive Date
03/31/2020
 
Point of Contact
Michael J. Getz, Phone: 4109623455, Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
Michael.J.Getz@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(Michael.J.Getz@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
TITLE: SECOND HIGH RESERVOIR MAINTENANCE AND IMPROVEMENTS - WASHINGTON AQUEDUCT DIVISION, WASHINGTON, DCSOLICITATION NO. W912DR20B0006THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential SECOND HIGH RESERVOIR MAINTENANCE AND IMPROVEMENTS - WASHINGTON AQUEDUCT DIVISION, WASHINGTON, DCBy way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside or acquisition decision to be issued will depend upon the capabilities of the responses to this notice.Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice.PROJECT DESCRIPTION:The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for Reservoir Maintenance and Improvements at Washington Aqueduct Division in Washington, DC. The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB).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 second high service to the Second High Reservoir. This reservoir is an approximate 419 LF x 294 LF subsurface structure that is 24 feet deep that was built in 1931. It has a capacity of 15 MG and is located at the intersection of Van Ness Street and 44th Street, NW, Washington. DC.The project consists of implementing upgrades and improvements to the Second 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 the replacement of a brick Sample Building; the replacement of the 24” drain line; installation of mechanical mixers; sealing of all interior joints and cracks; installation of a spread spectrum radio communications antenna; installation of a roof sub-drainage system and the replacement of the perimeter fence. This reservoir is a critical component of the distribution system and so the reservoir outage period is restricted. An experienced contractor with resources and expertise to handle the following project constraints is needed: The reservoir roof surface has limited weight restrictions and can only be taken out of service for three (3) months. All work needing to be performed inside the reservoir has to be completed within that time frame. The demolition and re-building of brick Sample Building must be done within the limited outage window while the reservoir is out of service. Access into the reservoir structure is limited and all work therein is considered confined space work. The reservoir is located in a residential neighborhood and so noise ordinance requirements must be strictly adhered to. The existing security server and associated equipment is to be removed and re-installed by a professional security contractor.The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate.In accordance with DFAR 236.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $5,000,000.00 and $10,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 237110 - “Water and Sewer Line and Related Structures Construction”, which has a small business size standard of $39,500,000. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration.Responders should address ALL of the following in their submittal:Interested qualified Large Businesses, 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: The demolition and reconstruction of brick masonry buildings complete with the installation of heating, ventilation, electrical and SCADA equipment. Performing crack repairs and expansion and construction joint sealing with active water infiltration within a limited and time-constrained outage within a confined space. Successful installation mechanical mixers with trained and certified personnel in a timely manner. Excavation, grading, manhole, drain line and sub-drainage system installation. Perimeter fence replacement while keeping the area secure on a daily basis.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 $5,000,000.00 and $10,000,000.00, and total aggregate bonding capacity.Narratives shall be no longer than ten pages.Responses must include the Offerors' name, POC phone number, SAM information and email address.Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence.SUBMISSION INSTRUCTIONS:THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered.Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) 7 January 2019. All responses under this Sources Sought Notice must be emailed to michael.j.getz@usace.army.mil and tamara.c.bonomolo@usace.army.mil referencing the sources sought notice number W912DR20B0006.Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Michael Getz via email - michael.j.getz@usace.army.mil and tamara.c.bonomolo@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c389416430d84e058dbd474f2df733c0/view)
 
Place of Performance
Address: 50000, DC 20016, USA
Zip Code: 20016
Country: USA
 
Record
SN05514555-F 20191213/191211230308 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.