Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2023 SAM #8046
SOURCES SOUGHT

Y -- Y--Domestic and Utility Water System Upgrades

Notice Date
12/6/2023 2:52:37 PM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
FWS, CONSTRUCTION A/E TEAM 3 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140FC324R0001
 
Response Due
12/20/2023 1:00:00 PM
 
Archive Date
12/04/2024
 
Point of Contact
Barnhill, Shannon, Phone: 0000000000
 
E-Mail Address
shannon_barnhill@fws.gov
(shannon_barnhill@fws.gov)
 
Description
This is a Sources Sought Notice for the purposes of conducting market research and obtaining industry information ONLY. This is NOT a request for proposal, quotation, or bid, nor a synopsis of a proposed action under FAR Subpart 5.2. No reimbursement will be made for any costs associated for providing information in response to this synopsis or on any follow up information. No solicitation is currently available. The U.S. Fish & Wildlife Service (USFWS) will use information obtained through this synopsis as well as other market research to develop an acquisition strategy. Summary: The USFWS is anticipating the solicitation and award of one firm fixed price design build construction contract to upgrade the Hart Mountain NAR water system in Plush Oregon. The work under this contract is expected to include, but is not limited to the following: 1. Modifications to the Valet Spring collection box and surrounding area, including pipework, structural modifications to the collection box, geomembrane replacement, fence work, and site grading. 2. Construction of new, buried potable and utility water pipelines from the spring collection box to the headquarters complex. 3. Construction of two (2) new storage tanks for the potable and utility water systems (respectively), including appurtenant valves, vents, drain piping, actuators, and supporting earthworks, so indicated on the Contract Drawings. 4. Demolition of the existing Water Distribution Building, including all associated pipes, valves, electrical connections, and salvage of the existing cartridge filter system. 5. Construction of a new Water Treatment Building (concrete foundation work and pre-engineered metal building construction) including all appurtenant equipment (flow meters, cartridge filters, UV disinfectors, and valves). 6. Construction of a new PVC or HDPE distribution system within the headquarters complex yard for both potable and utility water to all existing service connections as well as five (5) new yard hydrants. 7. Replumbing of water supply piping in two residences and the main office / visitor�s center with new PEX or copper tubing meeting State Plumbing Code. 8. New electrical service from the existing transformer and generator building on the east side of the complex to the new Water Treatment Building. 9. All other civil, structural, and mechanical work to create a complete and operable project, per the requirements of the Contract Documents. 10. Demolition, disposal, and where applicable remediation of the existing water transmission pipeline from Valet Spring to the existing distribution house. 11. Construction of a sodium hypochlorite disinfection system inside the new Water Treatment Building, consisting of chemical storage, dosing pumps, mixers, water quality analyzers, hydropneumatics tank, and supporting valves and appurtenances. This shall include construction of approximately 50-feet of AWWA C900 PVC buried chlorine contactor pipe located outside of the Water Treatment Building. The primary NAICS code for this acquisition will be 237110 - Water and Sewer Line and Related Structures Construction and the size standard is $45 Million. Response Requirements: All business categories are invited to respond. Responses must include the following: � Unique Entity Identifier (UEI) number and business type (i.e. Large Business, Small Business, (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), 8(a) Program or other). � Document capability by providing a narrative response detailing a minimum of two (2) and a maximum of (5) projects similar to those detailed above. Project information shall include final price, location, date, and a narrative description. � Include a statement detailing capacity to accomplish work required by the Service. Responses shall be emailed to Shannon Barnhill (Shannon_barnhill@fws.gov) and Tony Kuntz (anthony_kuntz@fws.gov) no later than 12/20/2023 at 2:00 PM Mountain Standard Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/460bb4e7288d4f308c6a4dbead60f3de/view)
 
Record
SN06904830-F 20231208/231206230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.