MODIFICATION
Y -- Sources Sought Notice for Design and Construction of a New Electro-Dialysis Reversal (EDR) Water Treatment Facility and Water Supply and Distribution System Infrastructure Upgrades at Ft. Irwin, California.
- Notice Date
- 2/6/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-12-S-0003
- Response Due
- 2/22/2012
- Archive Date
- 4/22/2012
- Point of Contact
- lucia.a.carvajal, 213-452-3240
- E-Mail Address
-
USACE District, Los Angeles
(lucia.a.carvajal@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Research and Sources Sought Notice for information on capability and availability of potential contractors to perform design and construction services for a new Electro-Dialysis Reversal (EDR) Water Treatment Facility and water supply and distribution system infrastructure upgrades at Ft. Irwin, California. This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified firms, including Small Businesses, Hubzone, 8(a) and Service Disabled Veteran owned firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Los Angeles District, anticipates a future procurement for the EDR water treatment and system design and construction activities including but not limited to the Design Build of a 6.0 million gallons per day (MGD) EDR water treatment plant. The Plant will treat all contaminants found in Fort Irwin's ground water in accordance with (IAW) federal and state requirements (i.e.: arsenic, fluoride, and total dissolved solids). The Plant will include an Electro-Dialysis Reversal (EDR) system as primary treatment. The project also includes the construction of the EDR facility with pumps, EDR stacks, filters, and an EDR waste equalization tank. The Plant also includes treatment of the waste stream to achieve 99.8% potable water recovery rate with reject discharge to evaporation ponds. Construction also includes a 1 million gallon (MG) pretreatment tank and a 1 MG clear well tank. Project also includes control building, chemical building, treated water pump station, process drain pump station, standby generator, process piping, and SCADA. The project includes supporting utilities and infrastructure upgrades to the water plant include electric service, site improvements, communications, water, sewer, gas, storm water drainage and antiterrorism measures. Commissioning of the water treatment plant is also included. The water system improvements include pipelines connecting the water plant to Bicycle Lake booster station, replacement of expired pipe and equipment, and water supply /distribution system expansion. Other system improvements include improvement of fire flow, installation of a new water well at Langford Lake and connecting Irwin basin wells to raw water transmission lines. Tank construction includes rehabilitation of existing welded steel water storage tanks and repair/replacement of a 1 MG above ground water storage tank. Sustainable Design and Development (SDD), Energy Independence and Security Act (EISA) of 2007, and Energy Policy Act of 2005 (EPAct05) features will be included. The PA for this project is $115M. The cost of design and construction for this project ranges from $100-$250M. The proposed project duration is 36 months. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237110 with a Small Business Size Standard of $33,500,000.00. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) and NAICS code designations shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). 4. Description of capability to perform the proposed design and construction, manage subcontractors, prepare and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past six years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed project, the Offerors' role, the designer A/E firm (if design build), dollar value of contract, whether certified or registered as a LEED project (and applicable LEED rating), and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be submitted to Lucy Carvajal, Contract Specialist. Mail submittals or send overnight courier to U.S. Army Corps of Engineers, Los Angeles District, Contracting Division, c/o Lucy Carvajal, 915 Wilshire Blvd., Los Angeles, CA 90017. Submittals are due no later than 22 February 2012. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-S-0003/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN02668607-W 20120208/120206234723-dc75dd48548a9a5755b98f8d05c719f1 (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 |