SOURCES SOUGHT
99 -- Repair of Reservoir
- Notice Date
- 7/26/2023 8:31:14 AM
- Notice Type
- Sources Sought
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- W519TC23RHWBB
- Response Due
- 8/4/2023 12:00:00 PM
- Archive Date
- 08/12/2023
- Point of Contact
- Johnna Sebben, Kaitlin E Morris
- E-Mail Address
-
johnna.m.sebben.civ@army.mil, kaitlin.e.morris.civ@army.mil
(johnna.m.sebben.civ@army.mil, kaitlin.e.morris.civ@army.mil)
- Description
- 1. �PURPOSE: The objective of this project is to restore the full functionality, purpose, and�condition of the surface water treatment capability at Hawthorne Army Depot (HWAD). The reservoir�serves as the raw water storage/clarifier for HWAD Water Treatment Plant. The Government�s intent�is to take delivery of a Federal regulatory-compliant raw water reservoir to support HWAD critical mission utilizing the previously completed Army Corps of Engineers-approved design and bid specifications (�2021.09.27 Bid Ready Specifications� and �2021.09.27 Bid Ready Drawings�). The�contractor shall be responsible for the complete construction and restoration called out in the�Nevada state-approved design and bid ready technical specifications that will result in a complete� and usable system that is to work as intended. 2. PERFORMANCE PERIOD: The performance period of this SOW is 12 months from the date of award. 3. GENERAL REQUIREMENTS: 3.1. The contractor shall utilize the files titled �2021.09.27 Bid Ready Specifications� and��2021.0927 Bid Ready Drawings� to successfully complete this effort. 3.2. All physical work, to include successful completion of tasks identified in Section 4 specific�requirement, submission of contract deliverables as defined in Section 5, required property data,�notification of completion and ACO staff inspection, shall be completed NLT 12 months from contract�award. 3.3. If water outage is required, the contractor shall request it at least 14 days in advance and�this work must be performed on weekends, unless other arrangements are made beforehand. 3.4. All warranties shall be held by the contractor and made available to the administrative�contracting officer (ACO) staff at the final inspection or upon request. 3.5. All work shall be performed in accordance with applicable federal, state, and local laws and�regulations. The contractor should be prepared to enforce the most stringent force protection�requirements. If conflicts exist between regulations/laws, the most stringent shall apply. 3.6. The contractor shall supply all labor, materials and equipment, to include manufacturer�scut sheets, and transportation necessary for execution of these efforts. 3.7. All intellectual property procured or developed as a result of this SOW shall become the�property of the US Government. The Government will own all equipment and modifications paid for�under this SOW. 3.8. The contractor shall provide the Hawthorne Army Depot ACO staff and TEAD�s Chief of�Engineering with an inventory list associated with any new equipment associated with this effort. 3.9. Government accountable records and Contractor stewardship records will be adjusted as required�for all new, capital improvements and disposed real property and equipment IAW terms/conditions of�the Operating contract and its applicable Performance Work Statements. New real property and�capital improvements will be put in the preventive maintenance plan in MAXIMO. All real property�and equipment removed/disposed will sent to the Property Re-utilization Office for proper�disposition. 3.10. � �The contractor shall follow all security requirements for base access. All contractor and�subcontractor personnel will need to obtain badges for all access on base from the security office. 3.11. � �The contractor shall provide the base personnel at HWAD with training of all the operation�and maintenance of equipment. 4. SPECIFIC REQUIREMENTS: The work in this SOW includes constructing and restoring Black Beauty�Reservoir utilizing the Bid Ready Specifications and Bid Ready Drawings that were previously�approved as part of the design effort. Some of the specific items include, but are not limited to,�the following: 4.1. Removal and disposal of surficial windblown or reservoir sediments (approximately 6 inches). 4.2. Removal of the Zone I, II, and III soils for use in the re-blended embankment. Removal and�disposal of the asphalt layer down to the top of the Zone IV and V soils. Replacement and�compaction of the blended Zone I, II and III soils on the reservoir base and interior slopes. 4.3. Removal and disposal of existing inlet and outlet piping in addition to the aeration system. 4.4. Installation of impermeable HDPE primary and sacrificial membrane liners with vent and�underdrain layer(s). Primary liner shall be installed with a sacrificial liner of the same�thickness and material overtop. 4.5. Installation of new reservoir inlet, outlet, drain and underdrain piping through the eastern�embankment as shown on the drawings. 4.6. Installation of new piping, valves and supports as shown on the drawings 4.7. Procurement and installation of a new surface aeration system for the reservoir. 4.8. Prepare a Program Plan to support the execution of this project that address: 4.8.1. Overall project schedule. 4.8.2. Key activities and milestones 4.8.3. Long Lead items and activities. 4.8.4. Hold quarterly Project Reviews and gain acceptance and approval at key milestones before�proceeding and upon project completion among the contractor, the subcontractor, HWAD, and JMC�staff. 4.8.5. Program Plan shall be provided 30 Days After Contract Award (ACA). The contractor will�provide a status report to the local ACO staff the contractor will provide a status report to the�USG Chief of Engineering that is supporting this effort via e-mail every four weeks until the�project is completed and accepted by the ACO. The report will consist of a minimum: (1.) percentage�of work completed (2) Estimated completion date and (3) any anticipated problems. 5. DELIVERABLES: As a final deliverable, the contractor shall deliver a complete constructed and�rehabilitated Black Beauty Reservoir in accordance with the �2021.09.27 Bid Ready Specifications��and �2021.0927 Bid Ready Drawings� that were previously approved. Any updated drawings, SOPs,�manuals, control code, equipment, and all related material shall become property of the US�Government. 6. FINAL INSPECTION/ACCEPTANCE: When each task identified in this SOW is completed, the contractor�shall deliver a letter to the ACO stating that they have complied with the requirements of this�SOW. Once the USG Chief of Engineering has received this letter, they will perform a final�inspection. Final acceptance will be by written approval from the ACO. Upon completion of all of the tasks outlined in the SOW, the contractor shall submit a contract�close-out letter to the ACO for inspection and acceptance once all tasks outlined in the SOW have�been completed. The ACO will perform a final inspection to determine whether all requirements of�this SOW have been met. The letter shall be supported with the applicable forms as annotated below.�The forms shall contain an acquisition price which shall be equivalent to the total contract price,�and.be traceable to the negotiated agreement in order to support fiduciary records for�auditability. Contractor shall also ensure any existing assets dispositioned as excess and/or�adjustments required as a result of the immediate SOW (i.e., size, quantity, location), are also�identified. INTERESTED PARTIES SHOULD SUBMIT A CAPABILITIES STATEMENT WITH THREE PROJECT REFERENCES OF SIMILAR SIZE AND SCOPE. PLEASE IDENTIFY CAGE CODE AND BUSINESS SIZE STANDARD IN YOUR RESPONSE. THIS IS FOR MARKET RESEARCH PURPOSES ONLY.� THE GOVERNMENT RESERVES THE RIGHT TO NOT ISSUE A SOLICITATION IN RESPONSE TO THIS SOURCES SOUGHT. IF A SOLICITATION IS ISSUED IT WILL BE BASED ON AVAILABILITY OF FUNDS.� RESPONSES DUE NO LATER THAN 3:00 P.M. EST ON FRIDAY AUGUST 04, 2023. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9684aa2dc6584162906caf7a2bd6f316/view)
- Place of Performance
- Address: Hawthorne, NV 89415, USA
- Zip Code: 89415
- Country: USA
- Zip Code: 89415
- Record
- SN06765479-F 20230728/230726230054 (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 |