SOURCES SOUGHT
99 -- McCook Reservoir Aeration System -- Stage I - Sources Sought
- Notice Date
- 3/7/2012
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606, United States
- ZIP Code
- 60606
- Solicitation Number
- W912P6-12-S-0003
- Point of Contact
- Ryan.E.Cox, Phone: 312-846-5376, Regina G. Blair, Phone: 312-846-5371
- E-Mail Address
-
ryan.e.cox@usace.army.mil, regina.g.blair@usace.army.mil
(ryan.e.cox@usace.army.mil, regina.g.blair@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- McCook Reservoir Layout ***PLEASE DO NOT SEND CAPABILITY STATEMENTS, BUT ANSWER THE SPECIFIC QUESTIONS UNDER REQUESTED INFORMATION*** By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of capable Firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: This work includes an aeration system in support of the Chicagoland Underflow Plan (CUP) McCook Reservoir Aeration and Washdown Systems located in Willow Springs, Illinois. The work consists of installing solar powered surface aerators, to be anchored by a fixed cable system that allows vertical movement of the aerators while limiting horizontal movement. The anchoring system design is not part of the aerator system, and only information on solar powered surface aerators is being sought. The McCook CUP Reservoir will be used to hold approximately 10 billion gallons of combined sewer overflow (CSO) until the water can be treated at the Stickney Water Reclamation Plant. The water will be held for various lengths of time, depending on storm size and treatment plant capacity. The McCook Reservoir is composed of two adjacent areas called Stage I and Stage II. The volume in Stage I is approximately 10,900 acre-feet and Stage II is approximately 16,600 acre-feet. An aeration system is being designed as part of the McCook project. The purpose of the aeration system is to maintain aerobic conditions in the reservoir to minimize the potential of odor producing compounds. This Notice is for an aerator system in Stage I only. The aeration system will consist of solar powered surface aerators anchored by a vertical cable system. The number and position of aerators is based on the need to aerate the 5' to 10' depth of water that would be in the reservoir for most of the year. During storm events, the aerators will aerate the 10' top of the water column. The design control of the aerator system is the initial BOD. The water quality was conservatively assumed to be a small storm with an initial BOD of 80 mg/L. The surface area of Stage I is 35 acres. The aerators shall be spaced evenly along the surface area. Due to the cable anchoring system and sediment removal from the bottom of the reservoir, the size of the aerators shall be designed to utilize the space efficiently. At minimum, once a year, the reservoir would be completely drained to remove accumulated sediment and for aerator maintenance. Specific criteria for aerators designed for this project are listed as follows: •a. Maintain a goal of 2 mg/L dissolved oxygen throughout the reservoir •b. One aerator shall have the mixture capability of 3 acres or more •c. Have the ability to aerate 5' - 10' of water at all times •d. Design of each aerator shall allow the attachment of two vertical cables so up and down movement can be made freely. •e. Each aerator shall have the ability to work in temperatures ranging from -60º F to 120º F •f. Each aerator shall be capable of operating in icy water •g. Contain Supervisory Control and Data Acquisition (SCADA) capabilities •h. Includes remote on/off control •i. Have a life expectancy over 25 years •j. Solar charged battery system •k. Aerators shall be of non-corrosive material •l. Warranty that includes parts and labor •m. Delivery time under three months **Army Corps of Engineers, For Planning Purposes Only -- attached is a layout of the Chicagoland Underflow Plan, McCook Reservoir, Illinois** Should this Agency issue a formal solicitation for these requirements, prospective offers will be required to submit enough technical information to allow an in-depth technical analysis of their laboratory capabilities. SCOPE OF CAPABILITIES: The USACE-Chicago District is searching for contractors that are capable of meeting all of the above requirements. REQUESTED INFORMATION: ***PLEASE DO NOT SEND CAPABILITY STATEMENTS, BUT ANSWER THESE SPECIFIC QUESTIONS*** Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Is your company currently registered with the Central Contractor's Registration (CCR) Database? If not, has it been registered or does it plan to register? 2. In consideration of NAICS code 237990, with a small business size standard of ---, which of the following small business categories is your business classified under? Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 3. Is your company currently prohibited from doing business with the Federal Government? Yes / No (If yes, explain.) 4. Has your company previously provided aerators to cover 35 acres of surface water? If so, how many aerators were used? 5. Can your company provide aerators within a delivery time under 3 months? If so, how many weeks (months) and how many aerators can be delivered within that time frame? 6. Can each aerator provide approximately 10,000 gallons/minute flow? If not, what is the flow of each aerator? 7. Can each aerator produce approximately 40 HP? If not, what is the horsepower of each aerator? 8. Will the aerators have a life expectancy of 25 years? If not, what is the life expectancy of your company's aerator? 9. Are the aerators made of non-corrosive material? If so, please describe the material composition and include a diagram. SUBMISSION OF RESPONSES: ***PLEASE DO NOT SEND CAPABILITY STATEMENTS, BUT ANSWER THE SPECIFIC QUESTIONS UNDER REQUESTED INFORMATION*** Respondents interested in providing a response to this Notice shall provide their submittals to Rya Cox prior to 4:00 p.m. (CDT) on April 9, 2012, via email to: ryan.e.cox@usace.army.mil (ensure the number of the Sources Sought Notice of "W912P6-12-S-0003" is included in the subject line of the email). Or, Respondents are welcome to mail their submittals to: Ryan Cox, Contracting Branch, via FAX to: 312-886-5475 (please mark the transmittal form with the sources sought announcement number W912P6-12-S-0003). POINT OF CONTACT for this action is Ryan Cox; telephone: (312) 846-5376.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-12-S-0003/listing.html)
- Place of Performance
- Address: Willow Springs, Illinois, United States
- Record
- SN02690530-W 20120309/120307234654-e0f90ceec88145fa56dcb29bd5e54641 (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 |