Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOURCES SOUGHT

Y -- P1265B - Waste Water Treatment Plant Upgrades

Notice Date
12/16/2010
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Blvd, Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008511R4012
 
Response Due
12/30/2010
 
Archive Date
1/14/2011
 
Point of Contact
Trellis Portee
 
E-Mail Address
757-322-4448<br
 
Small Business Set-Aside
N/A
 
Description
French Creek WWTP Upgrades, MCB Camp Lejeune, NC THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATION, OR DRAWINGS AVAILABE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking small eligible business firms capable of performing requirements for Design-Bid-Build French Creek WWTP Upgrades, located at MCB Camp Lejeune, NC. Project number is P-1265B. All construction work will be accomplished at MCB Camp Lejeune, NC. The estimated contract value is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) code for this project is 237110 with a size standard of $33,500,000. The Federal Supply Code (FSC) is Y127. Description of Work: P1265B French Creek WWTP Upgrades. This project consists of improvements to the Wastewater Treatment Plant at Marine Corps Base Camp Lejeune in North Carolina. Improvements consist of a construction of new sludge transfer pump station and truck loading station, construction of an access road around the existing ATAD units and a new 500,000 gallon tank to connect to the existing concrete access road adjacent to the sand drying beds. Also included are installation of submersible sludge pumps (to include power supplies, controls and SCADA tie-ins) at the discharge of the 4 rotary drum thickeners to transfer sludge from the existing thickeners to the new influent tank. Construction of an external mixing system for the existing 2.265 million gallon digested sludge tank, a new flow equalization basin, installation of a diesel driven backup pump at the flow equalization basin, demolition and replacement of bar screens and mechanical components, complete demolition and replacement of the treatment plant headworks, construction of a new motor control center and building, retrofitting of approximately 75% of the primary clarifiers for use as flow equalization, and construction of an intermediate pumping station. Forward revised Contractor Capability Packages to include the below items: Past experience, as a prime contractor, in the construction of a wastewater treatment plant that is of equal or greater size, scope, and complexity within the past 5 years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates the technical services described herein. Past experience in performing design-bid-build projects within the past 5 years. Past experience in North Carolina State permitting requirements within the past 5 years. Company Profile, to include number of employees, office location(s), available bonding capacity up to $23,000,000, DUNS Number, CAGE Code Number, and statement regarding Small Business designation and status. If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. All Service-Disabled, Veteran-Owned Small Business, Certified HUBZone, Small Business and Certified 8a Small Business are encouraged to respond. If you are an 8(a) contractor, please submit your SBA letter certifying that you have a bona-fide office in North Carolina. Upon review of industry responses to this notice, the Government will determine whether a Set-Aside acquisition in lieu of Full and Open competition is in the Governments best interest. This is a Market Research Tool being used to determine the availability and adequacy of potential Small Business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested Small Business submit to the Contracting Office a brief Capabilities Statement Package (no more than 15 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. RESPONSES ARE DUE: Thursday, December 30, 2010 by 2:00 PM. ELECTRONIC SUBMITTALS AND LATE RESPONSES WILL NOT BE ACCEPTED. The packages shall be sent by mail to the following address: Commander Naval Facilities, Mid-Atlantic, North Carolina IPT (ATTN: Trellis Portee); 6506 Hampton Blvd., Building C, Room 1026; Norfolk, VA 23508. Questions or comments regarding this notice may be addressed via e-mail to Trellis Portee, trellis.portee@navy.mil, Office Telephone Number: 757-322-4448.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R4012/listing.html)
 
Place of Performance
Address: 1005 Michael Road, Camp Lajeune, NC
Zip Code: 28547
 
Record
SN02346088-W 20101218/101216234712-1b0ebce6e025ec65686ceda3435f7c29 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.