Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2025 SAM #8482
SOLICITATION NOTICE

Y -- WATER TREATMENT PLANT (WTP) CLEARWELL REPAIR/REPLACEMENT CONSTRUCTION, GREAT LAKES, IL

Notice Date
2/14/2025 11:02:16 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R2543
 
Archive Date
03/14/2025
 
Point of Contact
Ashlee Beggs, Amanda Bricker, Phone: 7573412074
 
E-Mail Address
Ashlee.r.beggs.civ@us.navy.mil, amanda.bricker@navy.mil
(Ashlee.r.beggs.civ@us.navy.mil, amanda.bricker@navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for performing construction services for a WTP Clearwell Repair/Replacement, Naval Station Great Lakes, Great Lakes, Illinois. PROJECT DESCRIPTION: The project will include but is not limited to, abatement of hazardous materials; demolish process piping-systems, pumping units, buried piping systems, pavements, and miscellaneous items; provide two nominal 375,000 gallon wire or strand-wound pre-stressed concrete finished water storage tanks (i.e., clearwells); provide a 3,400 square foot pump station building with a 500 square foot breezeway to connect the pump station building to the existing filter building (i.e., Building 12A); provide four transfer pumping units and two filter backwash pumping units equipped with variable frequency drives inside the pump station building; provide two chlorine analyzers, provide chlorine and fluoride solution piping systems; provide exposed process piping systems, provide buried process piping systems; provide building mechanical fire protection, electrical and telecommunication systems for the pump station; provide telecommunications system that automates the transfer pumping process to convey finished water into the clearwells; provide telecommunications system for the filter backwashing process; provide weir chamber that receives filter effluent from the filtration process and conveys the water to the wet well of the transfer pumping units; provide site work such as grading, paving, fencing, and site restoration; flush, disinfect and conduct bacteriological sampling and analyses of potable water pipelines, water containing structures and clearwells to prepare them for drinking water service; provide tie-ins to existing water treatment processes while maintaining plant operations during construction so that there are no interruptions to drinking water production and supply; and incidental related work. The completed time for this contract is 1095 calendar days after award. This solicitation is being advertised as ""Unrestricted"" for full and open competition. This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation. Large business concerns are required to submit a subcontracting plan prior to award of the contract. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237110 -- Water and Sewer Line and Related Structures Construction, and the Small Business Size Standard is $45,000,000. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. This office anticipates award of a contract for these services by July 2025. A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 19 November 2024, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last ten (10) years. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as ""Unrestricted"" for full and open competition. A DD2579 Small Business Coordination Record was approved by the NAVFAC MIDLANT Small Business Professional on 11 February 2025. On 13 February 2025, the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 3 March 2025. The solicitation number will be N40085-25-R-2543. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Ashlee Beggs at ashlee.r.beggs.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9dc2e45406c248a287c879f0eac8bec8/view)
 
Place of Performance
Address: Great Lakes, IL 60088, USA
Zip Code: 60088
Country: USA
 
Record
SN07343703-F 20250216/250214230028 (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.