Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2012 FBO #3697
SOURCES SOUGHT

Y -- ADAL Wastewater Treatment Plant, Cannon Air Force Base, Curry County, New Mexico

Notice Date
1/6/2012
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-12-R-0014
 
Response Due
8/23/2013
 
Archive Date
10/22/2013
 
Point of Contact
Kathleen Mayer, 505-342-3391
 
E-Mail Address
USACE District, Albuquerque
(kathleen.mayer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For ADAL Wastewater Treatment Plant, Cannon Air Force Base, Curry County, New Mexico This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers - Albuquerque District has been tasked to solicit for and award a project to include the expansion of the existing wastewater treatment plant, Cannon Air Force Base, Curry County, New Mexico. Proposed project will be a competitive, firm-fixed price, contract procured in accordance with. FAR 15, Negotiated Procurement using "Best Value" trade-off process. The government intends to issue a solicitation using "Best Value" trade-off process; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of expanding the existing wastewater treatment plant (WWTP) to handle a capacity of one million gallons per day with construction of a new 250 thousand gallon (KG) aerobic digester, and the conversion of existing aerobic digester into a sequencing batch reactor (SBR). The new aerobic digester will be constructed to support all SBRs to include new railings, larger blowers, plumbing and electronic control systems. The project includes an upgrade to a larger transformer and emergency generator to support electrical requirements. Upgrades to the grit and grease collection device and installs lift station upstream of grit and grease device. Constructs concrete channel between lift station and grit and grease device. Fill in flume channel and grease pit to bring up to ground level, and shorten length of auger monster. Fill existing equipment chamber with soil and cover with reinforced concrete to bring equipment up to ground level. Replace actuators on influent, air supply, and decanter valves. Perform project site restoration to restore hydrology to predevelopment conditions per Energy Independence and Security Act, Section 438. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000 and $10,000,000. Minimum capabilities required include experience with renovation, wastewater treatment facilities and major utility additions. The North American Industry Classification System code for this procurement is 237110 which has a small business size standard of $33.5 Million. The Standard Industrial Code is 1542 and The Federal Supply Code is Y1PD. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about March 19, 2012, and the estimated proposal due date will be on or about April 19, 2012. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the ADAL Wastewater Treatment Plant, Cannon Air Force Base, Curry County, New Mexico. 3. Firm's capability to perform a contract of this magnitude and complexity same or similar to the ADAL Wastewater Treatment Plant, Cannon Air Force Base, Curry County, New Mexico (include firm's capability to execute construction, comparable work performed within the past 5 years: 3a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB. 5. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firms should be able to demonstrate bonding capacity well within the estimated construction range listed above. Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 P.M. (MST) January 23, 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Kathleen Mayer, Contract Specialist, USACE-Albuquerque District, ATTN: Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. (505)342-3496, Email address: kathleen.mayer@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-12-R-0014/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02650390-W 20120108/120106234736-8ba482d59ea9034b7331a65f814eb23d (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.