SOURCES SOUGHT
Y -- Sources Sought Notice | Dalecarlia Clearwells Maintenance and Improvements, Washington Aqueduct Division, Washington, DC
- Notice Date
- 3/5/2020 2:28:45 PM
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- PANNAD-20-P-0000-003379
- Response Due
- 3/19/2020 9:00:00 AM
- Archive Date
- 04/03/2020
- Point of Contact
- Mark Andrews, Phone: 4109624387
- E-Mail Address
-
mark.r.andrews@usace.army.mil
(mark.r.andrews@usace.army.mil)
- Description
- Responses are due no later than 1:00 p.m. eastern standard time March 19, 2020.� This is a Sources Sought Notice and is for informational/ market research purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS.� The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically or Underutilized Business Zones (HUBZones), small businesses concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Dalecarlia Clearwells Maintenance and Improvements, Washington Aqueduct Division, Washington, DC. The solicitation will be for a construction contract and it will be advertised as an invitation for bid (IFB) with a magnitude of $1M - $5M. The work includes architectural, structural, process mechanical, electrical and civil improvements to two subsurface concrete water storage structures (Clearwells), as well as adjacent buildings, grounds, and other ancillary equipment. The work will eliminate potential cross connections, increase reliability, and improve the function of the relevant structures and areas. The North American Industry Classification System (NAICS) for this requirement is 237110 (Water and Sewer Line and Related Structures Construction) and Business Size Standard of $39.5 Million. The Washington Aqueduct provides potable water to approximately one million people in the District of Columbia and Northern Virginia. As part of the water treatment and supply system, the Washington Aqueduct maintains and operates the Dalecarlia and McMillan Water Treatment Plants (WTPs). At the Dalecarlia WTP, two Clearwells are used for final chemical treatment, disinfection, and storage of water before it is pumped to the distribution system. The 15 million gallon (MG) Clearwell is approximately 25 feet deep. It was constructed in the 1920s and rehabilitated in 2000. The 30 MG Clearwell was constructed in the 1950s and rehabilitated in the 2000s; its approximate depth ranges between 20� and 50�. Both Clearwells are covered by about 2� feet of soil and topped with grass cover. The project consists of implementing upgrades and improvements to these Clearwells and their connecting conduits to include: upgrades to their drain lines to eliminate potential cross connections, rehabilitation and replacement of large sluice gates, installation of new flow meters and induction mixers, improvements to the Clearwell overflow structure, chemical analyzer drain pipe re-routing and soil drainage improvements Both Clearwells are critical in maintaining adequate supply and quantity of water, so outage periods are restricted. The timing of outages must be coordinated with lower seasonal demands and sequenced so that only one Clearwell is out of service at a time. Finally, mold remediation and HVAC upgrades will be required in a building adjacent to the 15 MG Clearwell. Hence, an experienced contractor with resources and expertise to handle the following project constraints is needed: The Clearwell roof surfaces have limited weight restrictions and the 30 MG Clearwell work must be completed between November and March. This work, including and testing the mixers and flow meters, must completed before work within the 15 MG Clearwell can begin. Access into the Clearwells and connecting conduit is limited and all work therein is considered confined space work. When working in the Clearwells, the Contractor will be required to pump continuously to minimize the impact of water from leaking sluice gates. The Maryland/DC border crosses through the project site. Therefore, the Contractor must be prepared to implement and maintain Erosion and Sediment Control measures from both jurisdictions. � Interested qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), or Qualified Section 8(a) certified firms should submit a concise narrative and specific project examples of similar size and scope that demonstrate their specialized experience and technical competence in: � Successful installation/rehabilitation of new and existing large, electronically actuated sluice gates in confined spaces with trained and certified personnel in a timely manner. Successful installation of chemical induction mixers and acoustic flow meters, as well as associated support equipment, in confined spaces with trained and certified personnel in a timely manner. Retrofitting of electrical, instrumentation, and controls for critical infrastructure components. Remediation of black mold using appropriate environmental controls, personal protective equipment and installation of new HVAC equipment. Utility re-route and commissioning. Capability statements should include information and details of similar projects, to include contract value. In addition please provide a letter from the surety regarding the potential Small Business General Contractor�s maximum bonding capability for a single contract action between $1,000,000.00 and $5,000,000.00, and total aggregate bonding capacity. Narratives shall be no longer than ten pages.� Email responses are preferred.� Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Responses must include the Offerors' name, POC phone number, SAM information and email address. Contracting Office Address: USACE District, Baltimore, 2 Hopkins Plaza, Room 03-G-01, Baltimore, MD 21201 �Place of Performance: Dalecarlia Water Treatment Plant (38.938852, -77.112230), 5900 MacArthur Blvd NW, Washington DC 20016 �Point of Contact(s): �Mark Ryan Andrews | mark.r.andrews@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/47db9f3b22c640cab625d4ab181dfa38/view)
- Place of Performance
- Address: Washington, DC 20016, USA
- Zip Code: 20016
- Country: USA
- Zip Code: 20016
- Record
- SN05581475-F 20200307/200305230151 (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 |