SOURCES SOUGHT
Y -- Fire Protection Systems Improvements Project, Washington Aqueduct Division, Washington, DC.
- Notice Date
- 11/18/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-16-B-0007
- Archive Date
- 12/10/2015
- Point of Contact
- Stephen A. Stolte,
- E-Mail Address
-
stephen.a.stolte@usace.army.mil
(stephen.a.stolte@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses are due no later than 3:00 p.m. eastern standard time November 25, 2015. 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 3:00 p.m. eastern standard time November 25, 2015. Project Description: Fire Protection Systems Improvements Project, Washington Aqueduct Division, Washington, DC. The solicitation will be for a construction contract and will be advertised as an invitation for bid (IFB) in the $1M - $5M range. The work includes architectural, fire protection, mechanical and electrical improvements to Washington Aqueduct facilities to improve life safety and protect existing assets. Specific work items include the replacement of existing fire detection and alarm systems with a centrally monitored addressable system, installation of new fiber optic backbone at each facility, repairs to an existing pre-action sprinkler system and the performance of various life safety and code improvements to various buildings. The Washington Aqueduct (WA) provides portable water to approximately one million people in the District of Columbia and Northern Virginia. The project work will be performed at the Dalecarlia Water Treatment Plant, McMillan Water Treatment Plant and associated outlying buildings. Therefore, an experienced contractor with resources and expertise to handle the following project requirements is needed: i. In order to meet the project duration, the contractor must be able to field and supervise multiple crews working at the various locations. ii. The contractor needs to be able to plan and phase his work such that it does not adversely impact the water production operations or other contractors working that will be working in the buildings. iii. Making repairs to an existing pre-action sprinkler system. iv. Demolition and installation of fire detection and alarm systems. v. Procurement and installation of facility wide fiber optic cabling. 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. Replacement of fire detection and alarm equipment including the installation of combined fire alarm and mass notification control panels. 2. Installation of fiber optic cables and signaling line circuits. 3. Installation of Class B notification appliances. 4. Removal and replacement of pre-action sprinkler piping and flow control valves and replacement of the air compressor with a nitrogen generation system. 5. Installation of addressable relays for elevator recall function. Capability statements should include information and details of similar projects, to include demonstrated specialized experience and technical competence in the work listed above in demonstrable experience. 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 between $1,000,000.00 and $5,000,000.00, and total aggregate bonding capacity. 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. 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-B-0007/listing.html)
- Place of Performance
- Address: -Dalecarlia Water Treatment Plant located in 5900 MacArthur Boulevard, NW, Washington, DC 20016., -McMillan Water Treatment Plant located in 2500 First Street, NW, Washington, DC 20001., -Little Falls Pumping Station located on 6250 Clara Barton Parkway, Bethesda, MD 20816., -Georgetown Reservoir located on 4600 MacArthur Boulevard, NW, Washington, DC 2007., United States
- Record
- SN03949234-W 20151120/151118234546-71b832825969c0356549126e110362e3 (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 |