Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2013 FBO #4180
SOURCES SOUGHT

Z -- Edgewood Area Wastewater Treatment Plant Upgrade, Aberdeen Proving Ground, MD

Notice Date
5/3/2013
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-13-R-APGWWTP
 
Response Due
5/13/2013
 
Archive Date
7/2/2013
 
Point of Contact
Emily Giardino, 215-656-3202
 
E-Mail Address
USACE District, Philadelphia
(emily.m.giardino@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A market survey is being conducted to determine if there are adequate HUBZone, 8(a), Service Disabled Veteran Owned, and Small Business contractors for the following proposed work. The Army Corps of Engineers, Philadelphia District, is interested in awarding (1) Firm Fixed Price Contract for Edgewood Area Wastewater Treatment Plan Enhanced Nutrient Removal (ENR) Upgrade, Aberdeen Proving Ground, Maryland. In general, the project entails the upgrade of the Edgewood Area (EA) Wastewater Treatment Plant (WWTP) to meet Enhanced Nutrient Removal (ENR) limits for total nitrogen and total phosphorus and other facility renovations. The EA WWTP is located in the Edgewood Area of Aberdeen Proving Ground, and is owned and operated by the Aberdeen Proving Ground - Department of Public Works (DPW). The upgraded facility will have a design capacity of 1.2 MGD. The work in this contract includes the following: a.Construction of modifications to the existing influent flow diversion structure; b.Construction of a new Influent Screening Facility and associated building and equipment; c.Construction of modifications to the existing Aerated Grit Removal Facility; d.Construction of improvements to the two existing Primary Clarifiers including concrete repairs and new clarifier mechanisms; e.Construction of improvements to the existing Secondary Influent Pumping Station including replacement of chemical storage and feed equipment; f.Construction of a new Moving Bed Bio-Reactor (MBBR) Facility; g.Construction of a new Blower Building, including chemical storage and feed equipment; h.Construction of improvements to the two existing Secondary Clarifiers including concrete repairs and new clarifier mechanisms; i.Construction of modifications to the existing Rapid Mix Tank; j.Construction of modifications to the existing Flocculation Tank; k.Construction of a new Denitrification Filter Facility including a new Filter Influent Pumping Station; l.Construction of two Shellfish Protection Tanks within the existing Trickling Filters; m.Construction of a new UV Disinfection Facility; n.Construction of a new Non-Potable Water Pumping Station; o.Construction of a new Effluent Pumping Station; p.Construction of modifications to the existing Post Aeration Tanks; q.Construction of a new Methanol Storage and Feed Facility r.Construction of a new sludge mixing system including modifications to the existing Sludge Pumping Station and Sludge Holding Tanks; s.Construction of modifications to the existing Administration Building including a new electrical room; t.Construction of Stormwater Management Facilities; u.Construction of a new standby diesel generator; and v.All associated structural, architectural, mechanical, plumbing, HVAC, electrical, site work, utility work, and instrumentation and process control systems. Estimated cost range of the project is $10,000,000.00 to $25,000,000.00. The NAICS Code for this project is 237110 and the small business size standard is $33.5 Million. Payment and performance bonds will be required for 100% of the contract award. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors should submit a narrative demonstrating their Specialized Experience in similar type contracts, Past Performance, Key Personnel. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. Responses should be submitted electronically via e-mail to Emily Giardino at Emily.M.Giardino@usace.army.mil on or before Monday, May 13, 2013, 2:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-13-R-APGWWTP/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03052607-W 20130505/130503234656-3e7462261f4af54f6a4f7fc754d18df7 (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.