Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOURCES SOUGHT

S -- Indiana Harbor CDF Wastewater Treatment Plant

Notice Date
5/23/2023 12:29:28 PM
 
Notice Type
Sources Sought
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
W072 ENDIST CHICAGO CHICAGO IL 60604-1437 USA
 
ZIP Code
60604-1437
 
Solicitation Number
W912P623R0004
 
Response Due
6/6/2023 2:30:00 PM
 
Archive Date
06/21/2024
 
Point of Contact
Kyle D. Smith, Phone: 3128465370
 
E-Mail Address
kyle.d.smith@usace.army.mil
(kyle.d.smith@usace.army.mil)
 
Description
By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of firms that are engaged in providing the services described hereunder for the Wastewater Treatment Plant Services at Indiana Harbor Canal Confined Disposal Facility East Chicago, IN. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), 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. GOVERNMENT REQUIREMENTS: The Indiana Harbor and Canal Confined Disposal Facility (IHC CDF) wastewater treatment plant (WWTP) contract will provide for service to treat water from the CDF ponds and discharge the treated water to the IHC. The IHC CDF has a National Pollution Discharge Elimination System (NPDES) permit from the Indiana Department of Environmental Management. A State of Indiana licensed operator is required per the NPDES permit. The work will include providing a wastewater treatment plant at the IHC CDF site, operating the plant to treat water from the CDF, all testing and monitoring of the water, and reporting in compliance with all conditions of the NPDES permit. The contract will include a Base Period of one year, and up to four Option Periods of one year each. The Contractor is responsible for process selection, sizing, and design of treatment processes and all piping and supporting equipment, and for providing and competently operating all equipment and materials necessary to treat the water from the IHC Confined Disposal Facility to achieve permit required discharge limits. Granular activated carbon filtration will be a required process treatment part of the plant. The Contractor shall size and select an appropriate carbon type and other processes, the plant sequence, chemicals/additives, and other relevant operating parameters needed to meet the NPDES permit discharge limits. The treatment plant will operate on an as-needed basis. Water treatment service will be ordered as required during the contract period. The contractor will mobilize and be ready for treatment after a task order is accepted. It is expected that the treatment plant will be a package unit that can be mobilized to the site, remain at the site during the contract period, and demobilized from the site at the end of the contract. The contractor shall provide a package plant that can be readily mobilized, set up, expanded as required, and demobilized. The contractor shall not install a permanent treatment plant. The contract includes the installation of a water withdrawal and transfer system from the Confined Disposal Facility to the treatment plant, and a return line (for treatment plant backwash water, for disposal of treated water during startup, etc.) from the treatment plant to the CDF. The contractor shall provide/install a power source (electric drop/service, diesel generator, solar power source, etc.) for operating the treatment plant. The contractor shall provide all piping, pumps and appurtenances required for operating the treatment plant. The contractor shall prepare the designated site area as needed to support the treatment plant equipment. All piping, electrical components, equipment, and appurtenances associated with water treatment installed during this project will be removed from the site at the end of the contract. The contractor shall coordinate, communicate, and report to the Indiana Department of Environmental Management (IDEM) and/or other relevant regulatory agencies as needed to satisfy regulatory requirements related to operating the treatment plant and discharging treated water. This includes meeting all requirements in the NPDES permit, and as requested/required, participating in meetings, responding to comments, providing information related to treatment processes, reporting, and/or analytical results. REQUESTED INFORMATION: This Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Firm�s name and BUSINESS SIZE, address, point of contact, phone number, and e-mail address: 2. Is your company currently ""active"" at the System for Award Management (http://www.sam.gov)? If not, does it plan to register? Contractors are now REQUIRED to be registered in the System for Award Management (SAM) AT THE TIME ITS BID IS SUBMITTED to comply with the annual representations and certifications requirements (Reference: FAR Subpart 4.1102 � Policy (a)). 3. In consideration of North American Industry Classification System (NAICS) code 221320, with a small business size in dollars of $45M, which of the following small business categories is your business classified under, if any? Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Small Business. 4. Is your firm interested in performing as a subcontractor or prime? 5. Does the interested vendor have experience in the work described for this project? If so, how many years? 6. In the consideration of the aforementioned government requirements, if your firm were to see an advertisement for this planned procurement within the next three months, would your firm be interested in providing a proposal? SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Kyle Smith prior to 4:30 p.m. (CDT) on June�6,�2023, via email to: kyle.d.smith@usace.army.mil (ensure that the number & title of the Sources Sought Notice of "" W912P623R0004, Indiana Harbor CDF Wastewater Treatment Plant,� is included in the subject line of the email). Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Mr. Smith�s email inbox. NEGATIVE REPLIES ARE WELCOMED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b117a3478884b23abc49ab5aad0c688/view)
 
Place of Performance
Address: East Chicago, IN, USA
Country: USA
 
Record
SN06692253-F 20230525/230523230123 (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.