SOLICITATION NOTICE
Y -- Tobyhanna Army Depot Wastewater Treatment Plant Upgrade, Tobyhanna, Pennsylvania
- Notice Date
- 11/4/2010
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-11-R-0004
- Archive Date
- 1/4/2011
- Point of Contact
- Ryan R. Annibali, Phone: 2156566295
- E-Mail Address
-
ryan.r.annibali@usace.army.mil
(ryan.r.annibali@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The base bid for the work on this project consists of a lump sum price for all work detailed and described in the drawings and specifications, including all site work, demolition, excavation, yard piping, demolition of trickling filter, SBR Secondary Treatment Tanks, Sludge Holding Tanks, modifications to existing Final settling Tanks, modify existing alum storage tank and metering pump system in existing Filter Building, modify existing Sludge Thickener, modify existing Sludge Drying Bed Building to Blower/Drum Filter Building with drum and blower equipment, utility water tank and pumps and ultraviolet disinfection system. Work includes, but is not necessarily limited to, all associated building, structural, heating and ventilation, mechanical, piping, valves, pumps, equipment, electrical and controls for a complete operating wastewater treatment plant. The project will also have two (2) options. Option 1 is for demolition of the existing Primary Settling Tanks, Screw Pump Station, and piping to the Denitrification Towers, Option 2 is for the modification of the Flash Mix Flocculation Basins into a recirculation Pump station, including relocating the denitrification feed pumps, controls and related equipment, and all piping and valves to the Denitrification Tower. Award will be made using best value source selection procedures. The evaluation factors listed in descending order of importance are: Factor 1 - Technical (which will include subfactors for Schedule and Specialized Experience), Factor 2 - Performance Risk (which will have subfactors for Organization/Technical Approach, and Key Personnel Capabilities and Experience), Factor 3 -Past Performance, Factor 4-Price, and Factor 5 -Small Business Utilization. NOTE: The relative importance of factors and sub-factors will be listed in detail in the solicitation. All evaluation factors other than price, when combined, are significantly more important than price; however price will contribute substantially to the selection decision. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest price and to award to the proposer who submitted the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the greatest value to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 237110 and the small business size standard is $33.5 million. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. Issue date for the Request for Proposals is on or about November 19, 2010 with proposals due by 2:00 pm, local time, on or about December 20, 2010. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at www.fbo.gov. Registration for plans and specifications should be made via FBO Internet homepage. Hard copies will not be provided. No written or faxed requests will be accepted. Contractors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. It is the contractor's responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. All contractors must be registered in the DOD's Central Contractor Registration (CCR) database as required by DFARS 204.7300. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Also, any contractor who receives a federal contract of $100,000.00 is required by legislation to comply with VETS-100 annual reporting prior to award. Reporting information may be obtained by calling 301-306-6752 or by accessing the internet website at http://vets100.vets.dol.gov. Liquidated Damages will be specified. Davis Bacon rates will be applicable. Bonding and insurance is a required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. This procurement is advertised as a 100% Small Business Set-Aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-R-0004/listing.html)
- Place of Performance
- Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN02322215-W 20101106/101104233854-71b0e82b099d8707068dfc0814637e0a (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 |