Inactive
Notice ID:W912DR19B0019
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME AND NO CONTRACT SHALL BE AWARDED AS A RES...
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. This is a Sources Sought Notice which serves as a market research tool to obtain information from industry and will be used for preliminary planning purposes. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information. Respondents will not be notified of the results of this notice. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically or Underutilized Business Zones (HUBZones), small businesses concerning the potential third high reservoir maintenance and improvements project. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The North American Industry Classification System (NAICS) for this acquisition is 237110 (Water and Sewer Line and Related Structures Construction) with a size standard of $36.5 Million. The magnitude of construction is between $5M and $10M. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: McMillan Backwash Discharge to Sewer, Washington Aqueduct Division, Washington, DC. 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). At the McMillan Plant, water from the filter backwash process is currently disposed of in a cove area of the McMillan Reservoir and it is separated from the reservoir by a silt curtain. This project involves the construction of two 330,000 gallon equalization basins as well as a pumping station that removes all water and residuals from the basins. Also included are flow channels to the equalization basins and flow pipes to the DC Water's combined sewer system along with gates, valves, flow metering and SCADA controls. Work must be performed without any disruption to plant operation or damage to existing infrastructure. The work involves the excavation and construction of concrete basins, installation and testing of required equipment to collect and control filter backwash water and the piping system to discharge it directly to DC combined sewer system or to direct it into the equalization basin. Part of the work must be performed within time-constrained limited outage windows. Specific work items include supply and installation of large pipes including valves and fittings, a chemical addition unit, two equalization basins, submersible pumps, electrical switchgear and associated equipment, pipes, flow meter and flow control valves etc. Hence, an experienced contractor with resources and expertise to handle the following project constraints is needed and must be capable of: I. General excavation and hauling at an industrial facility such as a water treatment plant without disrupting plant operations. II. Excavation and shoring in limited spaces removing buried and abandoned infrastructure and adjacent to active buildings and structures. III. Installation of pipes, valves, flow meters, construction of equalization basins as well as installation of submersible pumps and associated equipment. IV. Connections to active mains, sewer systems and water filtration channels under limited time constraints. V. SCADA automation programming in accordance with Federal information technology security provisions. Interested qualified 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 with single bonding capacity to support this project should submit a concise narrative and specific project examples of similar size and scope that demonstrate their specialized experience and technical competence in: 1. The construction of portable water storage basins and/or pumping stations. 2. The installation and commissioning of electrical equipment to include a switchgear, transformers, variable frequency drives, distribution panels and conductors. 3. The installation of submersible flap gates, pumps and motors. 4. Modifications and programming of control systems for pumps, flow meters and process system instrumentation. 5. Scheduling and managing multiple work crews to manage various construction activities and installation of equipment simultaneously within tight timelines. 6. Performing work in confined spaces with trained and certified personnel in a timely manner. 7. Experience with USACE contract administration procedures to include the use of QCS, submittal processing, etc. 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 $1,000,000.00 and $5,000,000.00, and total aggregate bonding capacity. Narratives shall be no longer than ten (10) pages. Email responses are preferred. The contractor should be familiar with the Federal Safety Manual and provisions of the Davis-Bacon Act. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Responses must include the Company name, address, phone number and point of contact, SAM information and DUNS Number. Contracting Office Address: USACE District, Baltimore, 2 Hopkins Plaza, Room 03-G-01, Baltimore, MD 21201 Place of Performance: Washington Aqueduct, 5900 MacArthur Boulevard, NW, Washington, DC 20016 Point of Contact(s): Email your responses to MSG Nicole Brookes at nicole.c.brookes@usace.army.mil and Ms. Patricia Morrow at patricia.morrow@usace.army.mil no later than 1:00 p.m. EST, 07 June 2019.