Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

Z -- Waste Water Treatment Plan Alterations, Fort McCoy WI

Notice Date
4/1/2020 7:55:17 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F20SM012
 
Response Due
4/7/2020 1:00:00 PM
 
Archive Date
04/22/2020
 
Point of Contact
Phillip Wickham
 
E-Mail Address
Phillip.L.Wickham@usace.army.mil
(Phillip.L.Wickham@usace.army.mil)
 
Description
Sources Sought Notice Identification Number: W9128F-20-S-MO12 This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID.� NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $9.0M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Responses are to be sent via email to phillip.l.wickham@usace.army.mil no later than 2:00 p.m. MST, 7 April 2020.� Please include the Sources Sought Notice Identification Number in the Subject line of the email submission. Project Description: This is a fully designed project. The purpose of this acquisition is to perform major upgrades, improvements, and alterations to the Ft. McCoy Waste Water Treatment Plant. These upgrades include: �Influent Wet Well: Replace mixing system (submersible mixer) equipment to keep contents well mixed in the wet well at the Headworks Building. �Extended Aeration (Oxidation Ditch) Process: Construct an oxidation ditch for an average dailyflow of 1.32 MG based on the WWTP flow analysis calculations performed and previously provided by USACE and approved by Ft. McCoy DPW. The oxidation ditch is designed to provide biological treatment. �Return Activated Sludge (RAS) Pumps: Remove and replace with properly sized RAS pumps to accommodate Oxidation Ditch based upon solids balance and applicable design criteria. �Waste Activated Sludge (WAS) Pumps: Remove and replace with the appropriate size and numbers of WAS pumps based on applicable design criteria for solids. �UV Disinfection: Replace the existing UV disinfection system with a more energy efficient system that also incorporates automatic chemical/mechanical sleeve cleaning. Install solid plank grating overthe UV lamps to prevent personnel exposure to UV light. �Post Aeration System Improvements: �Install additional air diffusers or replace existing diffusers in UV disinfection tank channel to increase effluent DO levels. �Install an automatic DO control system to help ensure effluent DO limit is always met. The new DO system will be designed to turn on one or additional existing blowers if DO is too low or turn off blowers if DO is adequate. �Allow capability to reuse the existing three blowers located in the Mechanical building for providing air for the diffusers. �New ""Bio-solids Pumps/Blowers Building: Construct a new building to house the blowers for theconverted Aerobic Digester and the new RAS and WAS pumps and control systems. The new ""Bio-solids Pumps/Blowers Building"" is sized to accommodate all the piping and equipment components. �New Final Clarifiers Sludge Draw-off: Remove existing final clarifier sludge draw-off provisionsand replace with rapid sludge draw-off clarifier mechanisms. The rapid sludge draw-off clarifier mechanisms are recommended for use with the RAS high flow rates that are required to be returned to the Oxidation Ditch. �Complete the integration of the converted Aerobic Digesters and associated components andequipment into new building (""Bio-solids Pumps/Blowers Building"") including necessary site work and utilities interface. �Influent Gate Power Actuator - Add electric or pneumatic power actuator for operation of influentgate upstream of fine screen in Headworks Building. �Programmable Logic Controller (PLC) System(s) - Provide PLC system(s) for all new process equipment control and provide control/feedback loop to existing Control Building for eventual integration (by others) into future supervisory control and data acquisition (SCADA) underdevelopment at Ft. McCoy. Submission Details: All interested, capable, qualified (under NAICS code 237110 Water and Sewer Line and Related Structures Construction) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required. Please include the following information in your response/narrative: �Company name, address, and point of contact, with (h)er/is phone number and email address �Business size to include any official teaming arrangements as a partnership or joint venture �Details of similar projects and state whether you were the Prime or Subcontractor �Start and end dates of construction work �Project references (including owner with phone number and email address) �Project cost, term, scope, magnitude, and complexity �Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $9.0 MILLION. Telephone inquiries will NOT be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/250ee045b6334a3cb951f7ce8dce03ce/view)
 
Place of Performance
Address: Fort McCoy, WI 54656, USA
Zip Code: 54656
Country: USA
 
Record
SN05607752-F 20200403/200401230148 (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  © 1994-2020, Loren Data Corp.