SOLICITATION NOTICE
Y -- FY13 Waste Water Treatment Plant, PN75165
- Notice Date
- 10/19/2012
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-13-R-0001
- Archive Date
- 12/20/2012
- Point of Contact
- Erik Lundstrom, Phone: 206-764-6698
- E-Mail Address
-
erik.a.lundstrom@usace.army.mil
(erik.a.lundstrom@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SET-ASIDE: Unrestricted CONTRACTING POC: Erik.A.Lundstrom@usace.army.mil; (206) 764-6698 ALTERNATE POC: Larry.A.Bradbury@usace.army.mil; (206) 764-3266 The Seattle District Corps of Engineers has a requirement to Design-Build a Waste Water Treatment Facility (WWTP) for JBLM, WA. This project is unrestricted and open to all businesses large and small. Waste Water Treatment Plant: The proposed project will design and construct a new WWTP to serve JBLM, WA. Construct a ‘Class A' Waste Water Treatment Plant (WWTP) with nutrient removal, to include redundant process equipment while applying a conventional activated sludge plant with tertiary membrane filtration configuration, supporting a projected total population of 100,000 people. Effluent shall be suitable for discharge to the Puget Sound. Preliminary treatment plant processes include influent screening, influent pumping, flow measurement and sampling, and grit removal. Primary treatment will include sedimentation, sludge pumping, flow equalization and fine screening. Biological treatment will include the four-stage Bardenpho process with membrane separation. Supplemental nitrogen removal and disinfection of the membrane permeate will be through ultraviolet light in either closer or open channel configurations. Solids handling will include sledge thickening, anaerobic digestion, sludge storage and dewatering. Primary facilities include vehicle parking, building information systems, fire protection and alarm systems, video surveillance system installation, and Energy Monitoring and Control Systems (EMCS) connection. Sustainability/Energy measures will be provided. Supporting facilities include information systems, site development, utilities and connections, lighting, paving, parking, walks, information systems, landscaping and signage. Project includes an extended post-construction training period for the government on new technologies and allows appropriate personnel measures to work with advance treatment tools. Heating will be provided by self-contained system. Process heating requirements shall be met with biogas to the extent that production meets the demand, with propane supplementing the total needs. Facility comfort heating shall use electric source heat pump, and propane supplemental heating shall be considered in lieu of electric resistance backup. Anti-terrorism and Force Protection Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. The design and construction costs of this project will be subject to the contract cost limitation (CCL) of $78,602,000 and a completion period not to exceed 720 calendar days after NTP. The NAICS code for this project is 237110 with a small business size standard of $33.5M. The solicitation will be a two-phase Design-Build competitive RFP in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 36.3 entitled "Two-Phase Design-Build Selection Procedures." There will be a Phase One (submission of experience, past performance, qualifications, organization and technical approach) and a Phase Two (submission of technical and price proposals). Those firms that wish to be considered for Phase One may provide submittals in accordance with instructions in the solicitation. The submittals will be evaluated and the Contracting Officer will select up to five (5) of the most highly qualified offerors. Phase Two will require the offerors selected in Phase One to submit technical and price proposals, which will be evaluated utilizing the best value process as defined in Federal Acquisition Regulation (FAR) Part 15 and will include non-price and price evaluation factors. A firm-fixed price contract will be negotiated as a result of the solicitation. As previously stated, this project is unrestricted and open to all firms. The solicitation documents for this project will be available via the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under solicitation number W912DW-13-R-0001. However, it could take up to 60 days after this synopsis posting for the solicitation documents to be released. You must be registered with the FBO website to download the solicitation documents. NO CD's OR HARD COPIES WILL BE MADE AVAILABLE. Please check this posting for updates about an industry day held for phase one. The site visit will be held in phase two of the solicitation. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your "Watchlist." If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation on www.fbo.gov. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put Engineer District, Seattle in the Keywords/SOL #: box for Seattle District listings only. CONTRACTING POC: Erik.A.Lundstrom@usace.army.mil; (206) 764-6698 ALTERNATE POC: Larry.A.Bradbury@usace.army.mil; (206) 764-3266
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-13-R-0001/listing.html)
- Place of Performance
- Address: USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, Washington, 98124, United States
- Zip Code: 98124
- Zip Code: 98124
- Record
- SN02916449-W 20121021/121019233845-af9dc2307fb94ec35defd32330d0120d (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 |