MODIFICATION
Y -- Waste Water Treatment Plant Upgrade, Tobyhanna Army Depot, Tobyhanna, Pennsylvania
- Notice Date
- 7/27/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-12-R-0040
- Archive Date
- 10/1/2012
- Point of Contact
- Michele N. Evans, Phone: 2156566894
- E-Mail Address
-
Michele.n.Evans@usace.army.mil
(Michele.n.Evans@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The base bid for the work on this project consists of a lump sum price for all work detailed and described in the drawings and specifications. The work includes the upgrading of an existing trickling filter type wastewater treatment system to a sequential batch reactor (SBR) treatment system, and associated site work, demolition, and yard piping. Work includes construction of two secondary treatment units with prereact zone tanks, two sludge holding tanks and conversion of the existing sludge drying bed building to a blower and drum filter building. This building will house six process blowers, 2 drum filters, ultraviolet disinfection system, and utility water booster pumps and tank. Work also includes the modification of existing structures including post equalization tanks, sludge thickener, filter building aluminum and caustic soda feed systems. Modification to associated yard piping, mechanical and electrical systems are also required. The Tobyhanna Army Depot Wastewater Treatment Plant will remain in operation during the entire construction period. The solicitation allows the use of either pre-cast or cast-in-place concrete prereact zone tanks and sludge holding tanks. The solicitation also includes three optional bid items. Option 1 consists of the demolition of the existing Primary Settling Tanks, Screw Pump Station, and piping to the Denitrification Towers. Option 2 consists of the modification of the Flash Mix Flocculation Basins into a recirculation Pump station; including relocating the denitrification feed pumps, controls and related equipment, and all piping and valves to the Denitrification Tower. Option 3 consists of demolition of the second trickling filter tank (Demolition of one trickling filter tank is included in the base bid). The contract duration for this effort is 540 days including any and all options. This acquisition will utilize the best value source selection process with the intent to award one contract to one responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable (LPTA). The evaluation factors listed in descending order of importance are: Factor 1 - Specialized Experience, Factor 2 -Key Personnel and Factor 3 -Past Performance. NOTE: The Government reserves the right to reject any or all proposals prior to award and to award the contract to other than the lowest price. Award of the contract will be made as a whole to the offeror with the lowest price proposal found to be technically acceptable conforming to all requirements of the specifications. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 237110 and the small business size standard is $33.5 million. Estimated cost range of the project is $5,000,000.00 to $10,000,000.00. Solicitation W912BU-12-R-0040 will be issued on or about July 26, 2012 with proposals due by 2:00 PM, local time, on or about August 28, 2012. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at www.fbo.gov. Registration for plans and specifications should be made via FBO Internet homepage. Hard copies will not be provided. No written or faxed requests will be accepted. Contractors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. It is the contractor's responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. All contractors must be registered in the DOD's Central Contractor Registration (CCR) database as required by DFARS 204.7300. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Also, any contractor who receives a federal contract of $100,000.00 is required by legislation to comply with VETS-100 annual reporting prior to award. Reporting information may be obtained by calling 301-306-6752 or by accessing the internet website at http://vets100.vets.dol.gov. Liquidated Damages will be specified. Davis Bacon rates will be applicable. Bonding and insurance is required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. THIS PROCUREMENT IS ADVERTISED AS UNRESTRICTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-12-R-0040/listing.html)
- Place of Performance
- Address: US Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107-3390, United States
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN02818007-W 20120729/120727235807-e44b093ad685f84cecc3ff7d4b90dbf0 (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 |