SOLICITATION NOTICE
Z -- WWTP Sludge Tank Repair
- Notice Date
- 8/11/2023 8:57:51 AM
- Notice Type
- Presolicitation
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1232SA23Q0090
- Response Due
- 8/25/2023 1:00:00 PM
- Archive Date
- 09/09/2023
- Point of Contact
- Sabrina Brown, Phone: 3015041741
- E-Mail Address
-
sabrina.brown@usda.gov
(sabrina.brown@usda.gov)
- Description
- The USDA, Agricultural Research Service, intends to issue a Request for Proposal (RFP) apply internal lining to the WWTP Sludge Tank 180,000-gallon bolted steel tank repair. Located in Beltsville, Maryland.� BACKGROUND: ��USDA, Beltsville Agricultural Research Center�s (BARC) Eastside Wastewater Treatment Plan (WWTP) is an Enhanced Nutrient Removal (ENR) activated sludge plant rated at an average daily flow of 0.62 MGD. Waste activated sludge from the activated sludge treatment process is transferred to two 180,000 gallons bolted steel tanks that have a dual role as aerobic digesters and sludge holding tanks. REQUIREMENT: �The contractor shall furnish and install/apply an OBIC Polyurea Lining System complete and operational for both tanks. Work shall include all labor, materials, equipment and incidentals necessary and required for the lining system to be complete and operational as specified. The main goal for the use of this lining system on the tanks is to protect the tank steel structure from further corrosion caused by the corrosive nature of the liquid it holds (wastewater sludge). To fully protect the tank steel structure, the liner system shall be completely free of any defects, holes or imperfections that could lead to the sludge reaching the steel of the tanks behind the liner system. BASE: WWTP Sludge Holding Tank GENERAL: The contract performance time is approximately 60 calendar days from the issuance of the Notice to Proceed. The North American Industry Classification System (NAICS) codes are 237110 - Water and Sewer Line and Related Structures Construction, with a size standard of $39.50 million. This procurement is being issued as a Total Small Business Set Aside utilizing the negotiated method by issuing a Request for Proposal (RFP). Evaluation factors consist of the following:� Technical Approach, Past Performance, and Price. The contract will be awarded, based on the Best Value ""Trade-off"" process, to the firm whose proposal, in the judgment of the Contracting Officer, provides the best combination of technical expertise and price reasonableness. In making this determination, all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to make the contract award to other than the lowest price offeror, price and other factors considered. Bid Bonds are required. Performance and Payment Bonds will be required of the successful offeror. It is anticipated that the solicitation documents will be available for viewing and downloading at www.sam.gov, on or about August 26, 2023. The solicitation and all amendments for the RFP will be posted on www.sam.gov. A Site Visit will be scheduled.� Specific details will be included in the solicitation that is posted. Proposals are due on or about September 15, 2023, by 4:00 pm, EST., via electronic format.� All proposals shall be emailed to Sabrina.Brown@usda.gov. �All format requirements outlined in the solicitation shall be followed for electronic submission.� All proposals must be received in electronic format by the date and time specified.� All responsible sources may submit a proposal which will be considered. It is the responsibility of the contractor to check www.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror�s inability to access the documents posted at the referenced website. No copies on electronic storage (USBs, DVDs, CDs, etc...) or hard copies will be made available. If an offeror would like to be listed so that others can see that the offeror is an interested vendor, the offeror must click the �Add Me to Interested Vendors� button in the listing for this solicitation on www.sam.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/02ce3fa57b824571b4c5f253470c2df5/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN06787262-F 20230813/230811230059 (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 |