SOLICITATION NOTICE
C -- Architect-Engineer Services for Residuals Facility at Washington Aqueduct, Washington, DC
- Notice Date
- 11/9/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-06-R-0011
- Response Due
- 12/13/2005
- Archive Date
- 2/11/2006
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: a. Architect-engineer services are required for preparation of the Process and Facility Design, Related Studies, Support During Construction, operation and maintenance manuals, operator training and start-up services for t he Residuals Facility at Washington Aqueduct, Washington DC. The estimated AE fee is in the range of $5M-$10M. Approximate project start is scheduled for February 2006 with a completion date of December 2010. b. If the selected firm is a large business c oncern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, PL 95-507, and 99-661. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. A t least 20% of total planned subcontracting dollars shall be placed with small disadvantaged businesses, including Historically Black Colleges and University or Minority Institutions, and 10% with women-owned businesses; 3% shall be placed with Hubzone Sma ll Businesses, 3% with Veteran-owned small businesses; and 3% with Service Disabled Veteran-owned small businesses. The plan is not required with this submittal. c. The type of contract proposed is Fixed-Fee. 2. PROJECT INFORMATION a. The Washington Aq ueduct operates the Dalecarlia and McMillan Water Treatment Plants in the District of Columbia from which over one million persons in the District of Columbia and Northern Virginia are served with potable water. The two plants produce an average of 185 mi llion gallons of water per day with peak demand periods of 270 million gallons per day during the summer months. In general terms, the project consists of a residuals management process including collection, conveyance and treatment of Water Treatment res iduals to permit Washington Aqueduct to meet the requirements if its National Pollutant Discharge Elimination (NPDES) permit No. DC000019. A strict schedule has been established for the design and construction of the Residuals Facilities. The feasibilit y study and environmental impact analysis culminated in the identification and selection of an alternative involving: continuous collection of residuals at the Dalecarlia Water Treatment Plant sedimentation basins using underwater equipment; semi-continuou s collection of residuals at the Georgetown Reservoir by electric dredge; pumping of collected residuals from the Dalecarlia sedimentation basins and the Georgetown Reservoir to a processing facility located adjacent to Little Falls Road; thickening of the residuals at the processing facility in four thickeners; mechanical dewatering at the processing facility; interim storage of dewatered residuals in a series of bins; and disposal of residuals by contract (including hauling) from the processing facility. The estimated construction value is in the range of $50M-$100M. Completed documents shall include detailed construction plans, specifications, design analysis, estimate of construction cost, and related administrative data. b. The AE firm selected shall be required to commit adequate resources (including working after normal work hours) to the project to provide the design and other services within the specified schedule. c. The AE firm selected shall provide the final design products in the following C ADD format: AutoCADD 2005 or the latest version available. The design is not required to be performed using a specific CADD system. However, the AE will be required to provide any digitizing and/or translation services necessary to deliver the final des ign products in the aforementioned CADD format. 3. SELECTION CRITERIA: The criteria which will be the basis for selecting firms are identified in Numbered Note 24. Additional special criteria include the following. a. Discuss their ability to provide the final design products in the indicated CADD format. b. Discuss their ability to provide the specifications in the United Facilities Guide Specifications format . c. Discuss specialized experience with design of water treatment residuals collection, conveyance pumping, buildings, sitework, etc., knowledge of water treatment dewatering technology, public workshops, testing (both bench and full scale), constructio n support, start-up services, preparation of operation and maintenance manuals for water treatment processes, specifically residuals facilities, and training. Additionally, design experience resulting in construction contracts, which are completed on sche dule and within budget will be ranked higher. d. Discuss professional qualifications necessary to prepare and professionally seal drawings and specifications to include but not be limited to the following disciplines: architecture, structural engineerin g, mechanical engineering, electrical engineering, civil engineering, fire protection engineering, geotechnical engineering, residuals process engineering. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration shall submit appropriate data as described in Numbered Note 24. Firms desiring consideration must submit the SF 330 for each of the prime, joint venture(s) and/or consultant(s). SF 330 shall clearly indicate the staffing of the office indicated to do the work. Responses to this announcement rece ived within 30 days from the date of this issue will be considered for selection. The forms shall be submitted to the listed address no later than 4:00 pm, the close of the 30th day after the date of this announcement. If the 30th day is a Saturday, Sund ay, or Federal Holiday, the deadline is the close of business the next business day. Only one copy of a submission (SF330) is required at this time. The SF 330 shall have a page limit of 100 pages. A page is one side of a sheet with a font size of ten ( 10) and margins shall not be less than one inch. The Baltimore District does not retain SF 254s or SF 330 Part IIs on file. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or through the Business Partner Network (BPN) at bpnse support@dlis.dla.mil. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at t he same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711. Mailing address to send proposals: U. S. Army Corps of E ngineers, City Crescent Building, ATTN: Linda M. Evans or Sharon L. Roland, CENAB-CT-A, Room 7000, 10 South Howard Street, Baltimore, Maryland 21201. All contracting questions should be directed to Ms. Linda M. Evans at 410-779-7542 or Ms. Sharon L. Rolan d at 410-962-0191 or via internet at linda.evans@usace.army.mil or sharon.roland@usace.army.mil. All technical questions should be directed to Mr. Allen Brown, (410) 962-4412 or allen.d.brown@usace.army.mil. Solicitations packages are not provided. Per sonal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21201
- Country: US
- Zip Code: 21201
- Record
- SN00929590-W 20051111/051109212205 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |