SOLICITATION NOTICE
Z -- SP 620 Sewage Lift (Pumping) Station Upgrade & Repair
- Notice Date
- 4/6/2016
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Riley, 1792 12th Street, Fort Riley, Kansas, 66442-0248, United States
- ZIP Code
- 66442-0248
- Solicitation Number
- W911RX-16-B-0004
- Archive Date
- 5/7/2016
- Point of Contact
- Jerry Owen Andes, Phone: 7852395847, Larry D. Graham, Phone: 7852395226
- E-Mail Address
-
jerry.o.andes.mil@mail.mil, larry.d.graham12.civ@mail.mil
(jerry.o.andes.mil@mail.mil, larry.d.graham12.civ@mail.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- PLEASE NOTE: THIS IS A PRESOLICITATION ANNOUNCEMENT SYNOPSIZED (IAW FAR PART 5.203) FOR AN ANTICIPATED REQUIREMENT TO UPGRADE AND REPAIR THE SP 620 SEWAGE LIFT (PUMPING) STATION LOCATED AT US ARMY GARRISON FORT RILEY KANSAS. This announcement is not an Invitation For Bid (IFB), but instead a Presolicitation Notice to industry to serve as notification of a pending IFB release of the SP 620 Sewage Lift (Pumping) Station Upgrade and Repair IFB. Upon release of the IFB, a bid from industry will be requested from interested and qualified bidders. The pending IFB, will be set aside for Women‐Owned Small Business (WOSB). Economically Disadvantaged Women‐Owned Small Business (EDWOSB) are also eligible to submit bids. No reimbursement will be made for any costs associated with providing information in response to this PRESOLICITATION announcement or any follow‐up information requests to include the full IFB once issued. This notice does not constitute an IFB and is not to be construed as a commitment by the Government for any purpose other than noted above. The Directorate of Public Works, Fort Riley, Kansas is seeking a company with the current relevant experience, personnel, and capability to perform a Construction Contract for the Upgrade and Repair of the SP 620 Sewage Lift (Pumping Station). This project will require the Lift Station to be bypassed from the Forced Mains while all work is being completed. Anticipated work includes, but may not be limited to the following: Install an external effluent isolation/by‐pass valve to allow for the safe and efficient future maintaining of the facility infrastructure, Replace three (3) Influent Isolation Valves, Replace three (3) Effluent Isolation Valves, Replace three (3) Effluent Check Valves, Replace one (1) Pump Motor with Operational Spare that is currently on‐hand with the U.S. Government, Transport Faulty Motor to the Fort Riley DPW Warehouse, Clean all internal SP 620 Sewage Lines (Only the lines between the one (1) active Wet Well and last effluent isolation valve located inside the pumping station), Install a new electrical power distribution panel to supply power to the motor control panel and to provide a capability to pump or transfer all sewage and wastewater (approximately 400,000 gallons per day) from the SP 620 Sewage Lift (Pumping) station to Custer Hill Waste Water Treatment Plant (WWTP) for the duration of time that the facility is bypassed to complete required work. The successful contractor is responsible for providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items required to perform the work as identified in the IFB, and subsequent contract. The performance goal is the restoring the Pumping Station to 100% operational capability and to ensure it is safer to work on by DPW Maintenance Employees in the future in accordance with all applicable laws, and regulations to meet the Government's needs. The Contract to be awarded will be within the North American Industry Classification System (NAICS) code is 237110 (Water & Sewage Line and Related Structures Construction), with a corresponding Small Business Size Standard of $36.5 million. This action will be set aside for Woman‐Owned Small Business (WOSB) in accordance with Federal Register 11340, dated 03 March 2016. Economically Disadvantaged Women‐Owned Small Business (EDWOSB) are also eligible to submit bids. The proposed contract will awarded Firm Fixed Price for the completion of this project. This requirement was previously posted as a Sources Sought on the Federal Business Opportunities Website at www.fbo.gov. The Sources Sought number was W911RX‐16‐R‐0003. Information received from the Sources Sought will be used to better clarify the U.S. Government's (USG) requirements for this project in the upcoming solicitation. No visits with industry will be permitted with any Fort Riley personnel in response to this anticipated Invitation For Bid. A Site Visit is anticipated at this time. The actual time and date of the anticipated site visit will be included with the IFB. Questions in references to this Synopsis should be forwarded to the attention of CPT Jerry O. Andes II, at jerry.o.andes.mil@mail.mil or Commercial Phone: 785.239.5847.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6b628bbdf968aae2cc269044f623daa3)
- Place of Performance
- Address: Custer Hill (Vicinity of Hampton Place & Thomas Avenue), Fort Riley, Kansas, 66442, United States
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN04074763-W 20160408/160406234145-6b628bbdf968aae2cc269044f623daa3 (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 |