SOURCES SOUGHT
Y -- Security System Upgrades--Phase II, Washington Aqueduct Division, Washington, DC.
- Notice Date
- 7/23/2010
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-10-S-0032
- Response Due
- 7/29/2010
- Archive Date
- 9/27/2010
- Point of Contact
- COLETTE DAY, 410-962-4978
- E-Mail Address
-
USACE District, Baltimore
(colette.day@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Responses are due no later than 3:00 p.m. eastern standard time July 29, 2010. 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 8(a), Service Disabled Veteran Owned Businesses and HUBZone 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. Responses are to be sent via email to Regina.M.Wheeler@usace.army.mil or hard copy to U.S. Army Corps of Engineers, 10 S. Howard Street, Room 7200-D, Baltimore MD 21201-1715 no later than 3:00 p.m. eastern standard time July 29, 2010. Project Description: Security System Upgrades Phase II, Washington Aqueduct Division, Washington, DC. The solicitation will be for a construction contract and it will be advertised as an invitation for bid (IFB) in the $5M - $10M range. This project will provide an integrated security management system to enhance physical security of Washington Aqueduct facilities. Specific work items include furnishing and installing security cameras, infrared illuminators, card readers, electronic security systems, monitoring equipment and street lights; the installation of power, control and communications wiring related to physical security systems; the installation of vehicle crash barriers and the hardening of existing gates and fences; the widening of entrances at the Dalecarlia and McMillan Water Treatment Plants (WTP); the construction of a new guardhouse and incidental related work. The Washington Aqueduct serves about 1 million customers daily and is a critical water supply infrastructure for the Nations Capital. An experienced contractor with resources and expertise to handle the following project constraints is needed: i.The project duration is 13 months and involves construction at eight different sites. Hence, the contractor must be able to supervise and mobilize multiple crews to work simultaneously at these various sites. ii.A temporary entrance must be constructed and operational at each WTP prior to the commencement of work at the current entrances. iii.Contractor personnel must consent to a review of public records and screening of personal background information before access is granted to Washington Aqueduct facilities. iv.The contractor shall maintain physical barriers to ensure perimeter security at Washington Aqueduct facilities are intact during the project. v.The contractor shall protect access to existing potable water reservoirs, clearwells, and other elements of the potable water treatment process while working around them. vi.The telecommunications contractor shall have a minimum of three years experience and examples of at least three successful installations. vii.The contractor must be able to work in and around existing active communications equipment without interrupting their services. Interested 8(a), SDVOB and HUBZone certified firms should submit a concise narrative and specific project examples of similar size and scope that demonstrate their experience in: 1.Furnishing and installing video analytics for security cameras, infrared illuminators, card readers, electronic security systems, monitoring equipment. 2.The installation of power, control and communications wiring related to physical security systems. 3.The hardening of existing gates and existing fences. 4.The installation of customized vehicle crash barriers. 5.The construction of new buildings including the widening of facility entrances and roadway improvements. Capability statements should include the following information: details of similar projects, to include demonstrated specialized experience and technical competence in: (a)Security upgrades, surveillance, data and telecommunication work for secured facilities such as a public water supply system. (b)The integration, operation and testing of cameras, closed-circuit television surveillance, fiber optic data transmission and telecommunication cabling systems. (c)The installation, operation and testing of active vehicle crash barriers and hydraulic bollards systems. (d)Providing resources and equipment for the simultaneous coordination of construction work between civil, mechanical and electrical trades at multiple sites. (e)The selection, installation, operation and testing of integrated security management systems including specialized experience in gate and fence hardening. 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. Comments may be in any format, but must include the offerors name, phone number, and email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-S-0032/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN02216243-W 20100725/100723235427-4a2f1237d6430b4b53073db29e9f7901 (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 |