SOURCES SOUGHT
Y -- Zuni Wastewater Treatment Improvements
- Notice Date
- 2/7/2020 12:43:11 PM
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H70120R00029
- Response Due
- 2/17/2020 3:00:00 PM
- Archive Date
- 03/03/2020
- Point of Contact
- Matt D Sanders, Phone: 2063747302, Andrew E. Hart, Phone: 2066152453
- E-Mail Address
-
matt.sanders@ihs.gov, andrew.hart@ihs.gov
(matt.sanders@ihs.gov, andrew.hart@ihs.gov)
- Description
- Purpose This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c)(3). The purpose of this RFI is to accomplish market research regarding the expansion and renovation of the facultative wastewater lagoon on the Zuni Indian Reservation. Work included under this contract will be executed in the Pueblo of Zuni on the Zuni Indian Reservation in McKinley County, New Mexico.� The Pueblo of Zuni is located approximately 152 miles west of Albuquerque, New Mexico. The magnitude of this project is between $1,000,000 and $5,000,000. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. The Government is requesting information regarding the availability of Small and Large Business Design Build and Construction firms who meet the capability requirements identified in this notice. Firms are requested to reply to this announcement with a response to the specialized qualifications below. Based upon the responses received from small businesses, consideration will be given to determine if this acquisition can be set-aside for small business competition. The type of work to be performed will be Lagoon, sewage treatment construction, under applicable NAICS code 237110, Water and Sewer Line and Related Structures Construction, with a size standard of $39.5 million. Scope of Work The following is a Draft Scope and may change prior to solicitation release. The Contractor shall furnish all labor, materials and equipment for the construction of an improved wastewater lagoon treatment facility. Through a two-phase construction approach, the existing 32.6-acre, six cell lagoon facility will be renovated and expanded to a 49-acre, five (5) cell treatment system. �In general, work to be performed under this contract includes, but is not limited to: Phase 1 will expand one of the existing cells by 16.8 acres to construct a new 21.6 acre primary treatment cell (Cell 1).� Construction of the new treatment Cell 1 shall include all necessary earthwork and the installation of all prescribed piping structures and other prescribed appurtenances, including but not limited to: Installation of a 16-foot deep inflow-receiving fermentation pit featuring a new inlet piping structure. Installation of one (1) new transferring piping structure to accomplish the intended treatment train. Installation of new discharge piping. Installation of approximately 480 linear feet of 18-inch PVC gravity sewer pipe to convey discharge flows from the new Cell 1 to the existing gravity sewer pipe and lift station.� Installation of approximately 480 linear feet of new 18-inch PVC gravity sewer pipe.� The new pipe shall extend from the outlet of new Cell No. 1 and connect to the existing 18-inch PVC gravity sewer pipe at the location indicated in the Construction Drawings. Installation of HDPE liner with air / gas vents and anchor trenching throughout the new primary treatment chamber. Construction and surface preparation of the top-of-berm access roads. The other five (5) existing cells shall be kept in operation while the phase 1 improvements are under construction. � � � � �2 . Phase 2 will reconfigure and rehabilitate the other existing treatment cells to construct new treatment Cells 2, 3, 4, and 5.� Reconfiguration and rehabilitation efforts shall include all necessary earthwork and the installation of all prescribed piping structures and other appurtenances, including but not limited to the: Installation of five (5) new transferring piping structures to accomplish the intended treatment train. Installation of a new inlet piping structure. Installation of a new discharge structure and piping. Installation of the HDPE liner with air/gas vents and anchor trenching through the prepared cells. Construction and surface preparation of the top-of-berm access roads. Extracted bio solids are to be adequately mixed with the excess natural (clean), excavated material.� The mixed material shall be stockpiled at the designated spoil location. �Installation of approximately 3,360 square yards of rip-rap with geotextile underlayment on the eastern and southern exterior embankments. Installation of approximately 7,060 linear feet of 6-foot high chain link fencing around the newly constructed lagoon facility.� Perimeter fencing shall include (2) 14-foot wide, double-door access gates. Installation of a new dual-channel ultrasonic wastewater flow meter in the existing valve pit at the Lagoon Lift Station.� The existing electromagnetic (in-line) flow meter shall be removed from the meter vault and replaced with new force main piping.� This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. RESPONSES - SUBMITTAL Responses must be limited to ten (10) letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font.� Include the following: 1.�Cover letter/sheet�that includes:� � a. Your firm's Data Universal Numbering System (DUNS) number � b. CAGE code (if applicable) � c. Company point of contact (POC) � d. Socioeconomic status under North American Industry Classification System� (NAICS) code 237110 (i.e., 8(a), SDB, SDVOSB, Native American Owned, etc.), and any other� relevant/appropriate data � e. Your firm's Bonding Level per Contract and Aggregate. 2.�General Business Information: Provide general information about your business, to include any relevant information to the instant requirement. 3.�Experience: Provide specialized construction experience and technical competence in the type of work described in this announcement. 4.�Past Performance: Provide past performance on contracts with government agencies and private industry similar in size, scope and complexity to the instant project in terms of cost control, quality of work and compliance with performance schedules. Restrictions on Response Questions regarding this RFI shall be emailed to Matt Sanders, Contracting Officer at�matt.sanders@ihs.gov. Telephone solicitations and questions will not be entertained. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. How to Respond Please submit your response no later than February 17, 2020 at 3:00PM Pacific Time to�matt.sanders@ihs.gov. Please enter ""Zuni Wastewater Treatment Sources Sought Response"" into the email subject field.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1a701e40d7bd469183370af09115c920/view)
- Place of Performance
- Address: Zuni, NM 87327, USA
- Zip Code: 87327
- Country: USA
- Zip Code: 87327
- Record
- SN05555009-F 20200209/200210120633 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |