SOURCES SOUGHT
Z -- Rehabilitation Air Stripper Tower (AST) Pipes, Valves, and Brackets, Bldg 1580, Wheeler Army Airfield, Oahu, Hawaii
- Notice Date
- 6/4/2024 8:04:41 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SN ENDIST HONOLULU FORT SHAFTER HI 96858-5440 USA
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A24Z0009
- Response Due
- 6/20/2024 5:00:00 PM
- Archive Date
- 07/05/2024
- Point of Contact
- Kristin Schultz
- E-Mail Address
-
Kristin.E.Schultz@usace.army.mil
(Kristin.E.Schultz@usace.army.mil)
- Description
- THIS SOURCES SOUGHT NOTICE is for informational purposes only.� THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the Rehabilitation Air Stripper Tower (AST) Pipes, Valves, and Brackets, Bldg. 1580, Wheeler Army Airfield, Oahu, Hawaii. �NO SOLICITATION IS CURRENTLY AVAILABLE.��� Project Background: The Air Stripper Tower (AST) was installed in 1986. The AST were added because the water being pumped by the deep well was found to contain about 45 parts per billion (PPB) of Trichloroethylene (TCE). After passing through the towers, the TCE levels are reduced to less than 1 ppb. The acceptable level is 5 ppb. Project Description: This project involves the removal and replacement of all weathered and pitted piping, piping brackets, mechanical joints, pipe concrete supports, couplings, connections for the fluoride and chlorine flex hose and valves located under the steel grate.� This includes two 24-inch waterlines (one is the influent line, and one is the effluent line), one 8-inch backwash pipe and one 6"" backwash pipe under the steel grating adjacent to the Air Stripper Towers (ASTs).� The pumps, related piping and valves associated with the Wash Tank System shall be removed and replaced with new. The influent and effluent lines entering the concrete liner will be cut and welded to sound metal. Valve controls shall be automatic.� All exposed piping, piping brackets, mechanical joints, pipe concrete supports, couplings, connections for the fluoride and chlorine flex hose, valves and pumps shall be cleaned, prepped, and painted to prevent weathering of the system. During removal and installation of all associated piping and appurtenances (noted above) the contractor must keep a minimum of two (2) ASTs operational at all times. The contractor must also maintain feed(s) for dosing of fluoride and chlorine as currently metered.� Magnitude is $5M - $15M. Interested PRIME CONTRACTORS should submit the following: Narrative demonstrating design-bid-build experience in similar scope and complexity to the subject project as described above, performed in a remote location similar to Hawaii with a limited footprint within an existing active industrial facility. If the design-bid-build experience from paragraph �a� above was not in a remote location similar to Hawaii with a limited footprint within an existing active industrial facility, provide construction experience working at a remote location comparable in setting to Wheeler Army Airfield, Oahu, Hawaii.� Narrative demonstrating a minimum of 10 years of experience working on a live facility�s industrial piping systems, of similar magnitude and complexity as the requirement described above. Projects submitted must have been completed within at least seven (7) years prior to this announcement. Narrative should include the following information for project(s) submitted: Experience and approach to working and coordinating in a live water or wastewater plant facility where phasing was involved. Project name, location, award amount, and description. Point of contact (Owner or Construction Manager) who can verify this project experience. Resume of Superintendent and Forman personnel who worked on these projects. � �5. Bonding capability for a single contract action of at least $10M and aggregate of at least $20M by the interested prime contractor. � �6. DUNS/CAGE/UEI CODE, Expiration date in SAM.GOV. � �7. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19. Interested Small Business Subcontractors should submit the following: Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed. The size of the crew(s) available to perform work. Identify applicable socioeconomic categories of HUBZone, Women Owned Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, and/or Small Disadvantaged Business DUNS/CAGE CODE, Expiration date in SAM.GOV. Narratives shall be no longer than three (3) pages. Email responses are required.� Responses are to be sent via email to kristin.e.schultz@usace.army.mil and jennifer.i.ko@usace.army.mil no later than June 20, 2024, 2:00 p.m. Hawaii Standard Time. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE.� It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3300164b2ced49d3979710c8c1b0b587/view)
- Place of Performance
- Address: Wheeler Army Airfield, HI, USA
- Country: USA
- Country: USA
- Record
- SN07086213-F 20240606/240604230122 (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 |