Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2017 FBO #5725
SOLICITATION NOTICE

Y -- Wastewater Treatment Plant at USMA, West Point, NY

Notice Date
7/25/2017
 
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, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-17-R-0011
 
Point of Contact
Justin Helfman, Phone: 9177908389
 
E-Mail Address
justin.helfman@usace.army.mil
(justin.helfman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) intends to issue a Design-Bid-Build Request for Proposal (RFP), design build solicitation package seeking to award a low price technically acceptable firm fixed price contract for construction of a new Wastewater Treatment Plant (WWTP) at West Point, NY. The plant design shall meet the anticipated SPDES Permit effluent limitations. Primary facilities include primary, secondary and tertiary waste water treatment facilities, associated buildings, building information systems, fire protection and alarm systems, installation of closed circuit television (CCTV), and Energy Monitoring and Control Systems (EMCS) connection. Sustainability/Energy measures will be provided. Supporting facilities include, site development, utilities and connections, lighting, paving, parking, walks, information systems, landscaping and signage. Heating will be provided by self-contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will apply. Facilities will be designed to a minimum life of 50 years in accordance with DOD Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The Military Reservation is a Net-Zero Energy pilot installation. The design may have provisions for the energy that is consumed in operating the WWTP to be partially offset by the use of alternative energy systems. Access for individuals with disabilities will be provided. All pumps, piping, containment vessels, process equipment, buildings and control systems necessary for this capacity will be included in this project design. This project may provide tertiary treatment to produce reclaimed water suitable for irrigating athletic fields. The project site is located in the northeast portion of West Point property and will be a redevelopment of the existing Waste Water Treatment Plant site. The increase in facility requirements to accommodate capacity increase, results in the need for additional site area. The site may be expanded to the west, requiring excavation and stabilization of the adjacent steep slope. Portions of the Directorate of Intercollegiate Athletics (DIA) fields that adjoin the northern boundary of the existing WWTP will be utilized temporarily during construction for construction laydown/staging and temporary wastewater treatment facilities to maintain service while the existing plant is demolished and the new facility constructed. The treatment of wastewater flow from West Point shall not be disrupted during this project, construction. This procurement is being solicited as Full and Open Competition. The contract will be awarded using the Lowest Priced Technically Acceptable (LPTA) evaluation method based on price and the following technical evaluation factors: Factor 1-Past Experience, Factor 2 - Past Performance, and Factor 3 - Key Personnel. The North American Industry Classification System (NAICS) code is 237110. The magnitude of construction for this project is $25,000,000 to $100,000,000. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Contract Performance Assessment Reporting System (CPARS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CPARS is located at https://www.cpars.gov/index.htm. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Justin Helfman, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8389. E-mail: justin.l.helfman@usace.army.mil, and nydcontracting@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-R-0011/listing.html)
 
Place of Performance
Address: US Military Academy, West Point, New York, United States
 
Record
SN04597749-W 20170727/170726043523-a49f728ce90cec00da9a610120629614 (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.