SOURCES SOUGHT
Z -- First High Reservoir Improvements, Washington Aqueduct Division, Washington, DC.
- Notice Date
- 6/24/2013
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-13-S-0033
- Response Due
- 7/9/2013
- Archive Date
- 8/23/2013
- Point of Contact
- Stephen Stolte, 4109622711
- E-Mail Address
-
USACE District, Baltimore
(stephen.a.stolte@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses are due no later than 2:00 p.m. eastern standard time July 09, 2013. 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 qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically or Underutilized Business Zones (HUBZones), 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 Stephen.A.Stolte@usace.army.mil no later than 2:00 p.m. eastern standard time July 09, 2013. This project will be Design-Bid-Build using NAICS Code: 237110 -Water and Sewer Line and Related Structures Construction. The magnitude of construction will be between $5,000,000 and $10,000,000. Project Description: First High Reservoir Improvements, Washington Aqueduct Division, Washington, DC. The solicitation will be for a construction contract and it will be advertized as an invitation for bid (IFB). The work includes civil, structural, mechanical and electrical improvements to the First High Reservoir to increase its reliability and improve its function. Specific work items include floor, wall, column and roof slab structural repairs, waterproofing membrane installation, surface drainage improvements and large valve, gate and piping improvements. The project also involves the demolition and re-building of the existing sample building. The Washington Aqueduct provides portable water to approximately one million people in the District of Columbia and Northern Virginia. Finished water from the Washington Aqueduct is pumped to our wholesale customers through one of four service mains namely; the low service main, the first high service main, the second high service main or the third high service main. Potable water from the Dalecarlia Water Treatment Plant is pumped via our first high service to the First High Reservoir. This reservoir has a capacity of 14.5 MG and is located at intersection of Whitehaven Parkway and Foxhall Rd in Washington. DC. The project consists of providing a comprehensive rehabilitation to the First High Reservoir to address drainage, safety, operational and sanitary survey issues previously identified. This will result in a structurally sound reservoir, improving water quality and operation within the distribution system. This reservoir is a critical component of the distribution system and so the construction period has to be minimized. Therefore, an experienced contractor with resources and expertise to handle the following project constraints is needed: i.The project should be completed within fifteen months in order to minimize disruptions to our customers and allow other scheduled projects to proceed. ii.The Contractor will have to perform soil removal/replacement and concrete placement work on a roof surface that has limited weight restrictions. iii.Access into the reservoir structure is limited and all work therein is considered confined space work. iv.The reservoir is located in a residential neighborhood adjacent to an embassy and staging areas for material, equipment and soil stockpile is limited. v.The existing security server and associated equipment is to be removed and re-installed by a professional security contractor. Interested qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), or Qualified Section 8(a) certified firms should submit a concise narrative and specific project examples of similar size and scope that demonstrate their experience in: 1.General excavation, stockpile and grading of large areas in residential neighborhoods. 2.Performing concrete structural reinforcing and repairs to include formwork installation and rebar placement. 3.Successful reservoir roof slab waterproofing and soil backfill including the installation of a sub drainage piping system. 4.The demolition and reconstruction of brick masonry buildings complete with the installation of heating, ventilation, electrical and SCADA equipment. 5.Successful installation of large sluice gates, flap gates, valves, their mechanical actuators and large pipe modifications. Capability statements should include information and details of similar projects, to include demonstrated specialized experience and technical competence in: (a)Performing construction to correct sanitary survey deficiencies. (b)The removal, stock piling and re-grading of approximately 9,000 CY of soil with production limited by weight restrictions for equipment placed on the roof slab. (c)Installation of a 10 quote mark reinforced concrete overlay roof slab, epoxy grouting and crack repair. (d)Resolving water infiltration issues by sealing expansion joints, epoxy injecting foundation and wall cracks and repairing column and wall spalling. (e)Removal, temporary storage and successful re-installation of an existing security server and peripheral equipment. (f)Performing work in confined spaces with trained and certified personnel in a timely manner. In addition please provide a letter from the surety regarding the potential Small Business General Contractor's maximum bonding capability for a single contract action and total aggregate bonding capacity. Narratives shall be no longer than ten pages. Email responses are required. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Responses must include the Offerors' name, POC phone number, SAM information, and email address. Contracting Office Address: USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203 Place of Performance: Washington Aqueduct, 5900 MacArthur Boulevard, NW, Washington, DC 20016 Point of Contact(s): Stephen Stolte, (410) 962-7211
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-13-S-0033/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN03097590-W 20130626/130624234320-2c0e31a60cab8c550c8c469709609725 (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 |