Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2007 FBO #2218
SOLICITATION NOTICE

Z -- FY08 MCON P-262 APRA HARBOR WASTEWATER TREATMENT PLANT REPAIRS AND UPGRADES, NAVAL BASE, GUAM

Notice Date
12/21/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N62742 258 Makalapa Drive, Suite 100 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274208R1316
 
Response Due
2/28/2008
 
Archive Date
5/31/2008
 
Point of Contact
A. Saki-Eli 808-474-5356
 
E-Mail Address
Email your questions to ann.sakieli@navy.mil
(ann.sakieli@navy.mil)
 
Description
This is a design-build project with performance and prescriptive specifications. The purpose of this project is to restore the Apra Harbor wastewater treatment plant (AHWWTP) to its original design capacity and operational capability, upgrade the process components and equipment to provide reliability and efficiency of operation, and meet Environmental Protection Agency (EPA) wastewater treatment requirements for the effluent that is discharged through an ocean outfall to Tipalao Bay. The project will include a new influent pump station and headworks with odor control provisions, replacement of the internal equipment in Primary Clarifier 1, replacement of the existing primary sludge pumps, new primary sludge degritting system, biotower distributor arms and plastic media replacement and new ventilation fans, sludge reaeration and solids contact tank modification including odor control provisions, new secondary clarifier weir and launder cleaning system, new secondary effluent filtration, new ultraviolet (UV) disinfection system, new effluent pump station, new solids thickening facilities, anaerobic digester mixing improvements, modifications to the dewatering facilities, and new biofilter odor control fans. The existing influent and effluent pump stations and headworks are past their useful service life and will be abandoned as part of this project. The new influent pump station will pump the influent wastewater to the new headworks, which will include a new Parshall flume flow meter, mechanical screens, and screening compaction/dewatering. The existing grit removal process will be replaced with new facilities that will degrit primary sludge, and will replace the existing grit removal tanks. The new effluent pump station will pump treated effluent to the existing outfall by connecting a new effluent force main (FM) to the existing FM within the AHWWTP site. In addition, Sewage Pump Station (SPS) 16 will be demolished and removed, a nd replaced with a new station. The new SPS 16 will replace the exist ing station that has been in service for about 54 years and will also increase the capacity of the pump station. Award resulting from the solicitation is subject to receipt of the Congressional/Presidential approval of the FY2008 National Defense Authorization Act and FY2008 Military Construction, Quality of Life and Veterans Affairs Appropriations Act. Estimated range from $20,000,000 to $40,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237110 AND AVERAGE ANNUAL RECEIPTS IS $31.0 MILLION OVER THE PAST THREE YEARS. This procurement is UNRESTRICTED. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint. When combined, the technical evaluation factors will be considered approximately equal to price. The technical evaluation factors are anticipated to be as follows: (1) Past Performance; (2) Experience/Qualifications; (3) Management Plan/Project Schedule and (4) Small Business Utilization. The Request for Proposal (RFP), CD-ROM only, will be available on or about 15 January 2008. The request for CD-ROM may be sent via electronic mail to ann.sakieli@navy.mil or mailed to: NAVFAC Pacific, Construction Contracts Branch (ACQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. Requests shall include company name, mailing address, telephone number, facsimile number, RFP No., and project title. The request shall also indicate if they want the CD-ROM to be mailed, picked up at the contracting office or sent via express service. Companies wanting the RFP to be sent via air express service (FEDEX or DHL only) must furnish their express service information with the recipient's name, telephone no., company name, physical street address, company's account no., and type of delivery. Companies should also note if they would like amendments (if any) to be s ent via air express service. Also indicate if you are prime, subcontr actor, or supplier. Mark the front of the envelope with the RFP No. Allow at least ten days for mailing from the date your request is received. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE RECIPIENT WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE. AMENDMENTS WILL BE POSTED ON THE WEB SITE https://www.neco.navy.mil FOR DOWNLOADING. THIS WILL NORMALLY BE THE ONLY METHOD OF DISTRIBUTING AMENDMENTS. THEREFORE, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION.
 
Record
SN01475406-W 20071223/071221225810 (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.