Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOLICITATION NOTICE

Y -- Design-Build Potable Clean Water System, Dugway Proving Grounds, UT

Notice Date
11/23/2009
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-R-0008
 
Response Due
1/28/2010
 
Archive Date
3/29/2010
 
Point of Contact
Connie L Newell, 916-557-5229
 
E-Mail Address
US Army Engineer District, Sacramento
(connie.l.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is proceeding as a Full and Open Unrestricted Request for Proposal (RFP). Estimated Cost Range is between $ 10,000,000 and $ 25,000,000 Period of Performance for Design and Construction: 730 Days This Procurement will be conducted under FSC CODE: Y245, SIC CODE: 1623, NAICS Code: 237110. The size standard for this code is $33,500,000. All questions should be directed to the Contract Specialist, Connie Newell, e-mail Connie.L.Newell@usace.army.mil or FAX: No.: (916) 557-5278, or U.S. Army Corps of Engineers, Military Construction CECT-SPK, 1325 J Street, Sacramento, CA 95814-2922 JOB DESCRIPTION: Project includes five (5) different work sites within Dugway (Scada, Avery, Baker, Carr and Ditto). Construction of Clean Potable Water Projectt requirements will include: Installation of approximately 40,000 feet of fiber optic cable with pull points and terminations, provision of manholes, replacement of defective fire hydrants, installation of new looped potable water system plastic (ABS or PVC) piping including isolation valves and automatic flushing valves with infra-red capable meters at each building, installation of new main transmission line including fire hydrants, replacement of defective valves at base connection points, installation of 4 service lateral to new fire hydrant, installation of 5 foot, 2 stub off main transmission line with isolation valve, electrical improvements to replace existing pumps with new submersible 20 and 10 hp pumps, installation of new 40 hp potable water pumps, 15 hp raw water pumps, 2 hp reject water pump, new electrical motor control station, mag meters, alarm and control panel, telephone landline and internet connections for local and remote control, new electrical pumps, lighting, air circulation, transformer change out, outside building improvements. Project will also include construction of new pump/treatment building to include a treatment system capable of removing arsenic and to clean up secondary requirements (taste, odor/smell, turbidity, suspended solids, etc.) and construction of a new wastewater lagoon cell to handle treatment waste discharge. Project will also require excavation and disposal of decontaminated chemical agent waste (red or purple soil). The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. AE disciplines required to comply with the above requirements include but are limited to, registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable if certified), interior designer, landscape architect, community planner, certified environmental survey/design personnel, construction management. The RFP is anticipated to be posted on or about 9 December 2009. Proposals are due on or about 28 January 2010, 3:00 pm (Pacific). A SITE VISIT/PRE-PROPOSAL CONFERENCE IS: On/Or About 16 December 2009 @ 0900 Hours (Local Time), Parking Lot Across from Bldg 5330, Dugway Proving Grounds, Utah. Specific date, time and location will be identified in the solicitation. All PROPOSALS will be due on/or about 28 January 2010/3:00 pm Pacific. The specific date and time will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY via FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be CCR registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDERS/BIDDERS LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the ADD ME TO INTERESTED VENDORS to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-R-0008/listing.html)
 
Place of Performance
Address: US Army Various Sites Dugway PG UT
Zip Code: 84022
 
Record
SN02009195-W 20091125/091123234946-ff765a1299727d62529f42708b0e73b8 (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.