Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
MODIFICATION

C -- RECOVERY DM00030 A&E Design Services - Water Tower Replacement

Notice Date
8/31/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
U S GEOLOGICAL SURVEY, APS ER TEAM A, ACQUISITION AND GRANTS BRANCH12201 SUNRISE VALLEY DRIVE, MS152, ROOM 3A305 RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
09ERSS0027
 
Response Due
9/15/2009
 
Archive Date
8/31/2010
 
Point of Contact
KRIS MURRAY CONTRACT SPECIALIST 6082702446 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment to the presolicitation notice adds an invitation for all A&E firms who have the qualifications required to perform the work to submit a completed SF 330. Detailed information on consultants and subcontractors, if applicable, MUST be included in the submittal. Please provide the following additional information on the form: Tax Identification Number (TIN) and DUNS number. All contractors doing business with the Government are required to be registered in the Central Contractor Registry (CCR). For additional information, or to register with CCR, access http://www.ccr.gov. Additionally, by submission of a response, the offeror represents that it will comply with the reporting requirements in Section 1512 (reports on use of funds) of the Recovery Act as outlined in FAR clause 52.204-11. Design services and resultant construction package will include the following: a. Professional services for design, associated labor, equipment, tools, materials and use of equipment necessary for the investigation of the existing water tower, water tower piping, soils and sub soils, electrical power, controls, and permitting requirements.b. Development of drawings and specifications identifying all underground and above ground work required to install a new (minimum capacity 150,000 gallon) water tower complete with piping, controls, electrical power services, and demolition and removal of the existing water tower. c. The designs shall include drawings, specifications, and material requirements for construction of the new water tower and demolition/removal of the existing water tower. The design shall exceed the minimum requirements of all applicable Federal, State, and local codes regulating these industries in the construction and demolition of elevated water towers.d. Development of drawings and specifications identifying all underground and above ground work required to install and place into operation the new water tower without interruption to the water supply.e. The new water tower shall, at a minimum, include all the below listed features which are in place in or on the existing water tower. All pipe sizes, valve type-sizes-locations, electrical power requirements, tower level sensor location for well pump controls, details regarding standpipe internal operations and how they tie into different water supply lines entering and exiting the standpipe shall mimic the existing standpipe operations and locations. The existing water tower is a 150,000 gallon AWWA D100 welded steel Standpipe Water Tower at the UMESC, La Crosse, Wisconsin. The overall tank height from finished grade to highest projection is 48'-0", overall height to the top of the mushroom vent is 49'-10". The nominal diameter of the tank is 23'-6". The existing water tower includes (1) 8" shell nozzle, (1) 8" drain valve, (1) 6" overflow, (1) 24" rainproof manhole, (1) 12" mushroom fail-safe roof vent, (1) 12" roof nozzle, (1) exterior ladder with safety cage, (1) painter's trolley track (inside), (1) 24" shell manhole, (8) 1 " anchor bolt chairs, (1) roof ladder, (1) knuckle ladder, (2) safety climb belts and sleeves, (1) safety climb ladder rail, (2) junction box support, (1) obstruction light support. The existing water tower includes (and the new water tower shall also include) a circulation system to prevent stagnation of water in tank, overflow to grade, anti-climb guards, fail-safe roof vent, inlet/outlet with silt stops, external lighting to meet FAA requirements (including permits), and lightning protection. Reference the drawings (seven sheets) from the original water tower manufacturer (Chicago Bridge and Iron Works).f. The design shall include specifications and material requirements for painting of the interior and exterior surfaces the water tower. The interior surfaces to be painted include the entire interior water bearing surfaces including the roof structure. The exterior surfaces to be painted include the entire tank, support structure, ladders, etc. g. Removal of existing standpipe will not begin until the new standpipe is complete, operational, tested for safe use and the Contracting Officers Representative (COR) gives written permission to proceed. Removal of the entire structure, including the foundation of existing standpipe and securing/removing all electrical, plumbing, control systems and equipment not required to support the new water tower as well as site restoration (to match the adjacent terrain and grade nearby) shall be included in the design and construction phases of the project.h. The design shall also include the investigation and determination of all required permits or other requirements necessary for construction of the new water tower considering the impacts on the neighboring properties and/or governing agencies (adjacent property includes airport facilities) and obtaining all the required permits and meeting all requirements necessary to construct the new water tower. Further requirements include: a. Time of performance - The A&E firm design shall employ sufficient personnel and equipment to accomplish the design and specifications for this project/contract within 105 calendar days of the Notice to Proceed. Furthermore, the A&E firm shall arrange a drawings and specifications review meeting at 30%, 75% & 99% complete design stages. b. The design shall incorporate all necessary actions to permit construction and startup of the new water tower without interruption of the UMESC utilities.c. The Contractor will prepare and submit all pertinent applications for environmental permits to the proper environmental regulatory agency(s) for all activities resulting from the construction and subsequent operation of the Replacement of the Water Tower. All applicable environmental permits must be obtained from the authorizing environmental regulatory agency(s) prior to construction and operation, or as otherwise stated in the applicable environmental regulations. All A&E firms responding to this announcement will be evaluated on the following criteria: a. Professional qualifications necessary for satisfactory performance of required services;b. Specialized engineering experience and technical competence in water tower construction projects, experience working with agencies regulating design, construction, renovation and operation of water tower and water supply utilities; and experience working with agencies involved in construction of structures in the close proximity of airports;c. Capacity to accomplish the work in the required time;d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; ande. Location in the general geographical area of the project and knowledge of the locality of the project. The successful firm will be awarded a Firm-Fixed Price contract based solely on the data contained in the SF-330, references, and questions and answers of pre-selected firms. Upon successful completion of negotiations with the selected firm, the contract will be issued. This acquisition will be awarded above the Simplified Acquisition Threshold of $100,000.00. Facsimile (608-270-2415) or electronic (kmurray@usgs.gov) responses will be accepted and are encouraged. IF mailing your response, it MUST be mailed to US Geological Survey, Attn: Kris Murray, 6006 Schroeder Road, Madison, WI 53711. Responses are due on Tuesday, 09/15/2009 at 3:00 pm CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09ERSS0027/listing.html)
 
Record
SN01934551-W 20090902/090901002500-7c4d8f1b142d72e584de85767a3462eb (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.