Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

Y -- RESIDUALS COLLECTION AND TREATMENT FACILITY, WASHINGTON AQUEDUCT, WASHINGTON DC

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-07-R-0032
 
Response Due
11/1/2007
 
Archive Date
12/31/2007
 
Small Business Set-Aside
N/A
 
Description
This procurement is Unrestricted with a HubZone Evaluation Preference. Project is for construction of a Residuals Collection and Treatment Facility, Washington Aqueduct, Washington, DC. Estimated cost of construction is $50,000,000.00 to $100,000,0 00.00. The NAICS Code assigned is 221310 with a size standard of $31,000,000.00. Construction completion is 730 calendar days. This procurement is being advertised as a Request for Proposal (RFP). Competitive proposals will be evaluated based on the eval uation criteria set forth in the solicitation package. This acquisition is a fixed price best value procurement for the construction of a residuals collection and treatment facility. The contractor will construct facilities and install equipment to collec t and dewater the solids for off-site trucking to meet the requirements of the permit and the FFCA. A recently reissued version of the Washington Aqueduct National Pollution Discharge Elimination System (NPDES) permit precludes the discharge of water treatment solids, or residuals, to the river. The Environmental Protection Agency (EPA) and Washington Aqueduct (WA) entered into a Federal Facility Compliance Agreement (FFCA) which established a timeline for full compliance with the discharge limitations. Specific Construction Factors: The Dalecarlia Water Treatment Plant (WTP) is located at 5900 MacArthur Boulevard, NW, Washington, DC. The project includes construction at four distinct locations in the vicinity of the Dalecarlia WTP: ? Dalecarlia Reservoir site, the location of the main residuals processing facility ? Dalecarlia WTP ? Georgetown Reservoir site, located approximately 2 ? miles south of Dalecarlia WTP ? Dalecarlia Forebay site, adjacent to the Dalecarlia Reservoir (physically located in Montgomery County, Maryland. The project will include outages of major treatment facilities within specific time periods for specific durations. A key requirement is insuring that the plant can remain in operation, with limited risk due to outages. The compliance deadline established by EPA must be met. This project contains proprietary items as follows: Forebay Residuals Dewatering Systems, Manufacturer Eutek Systems, Hillsborough Oregon; Dredges, Manufacturer Pithog/Liquid Waste Technology, Somerset, Wisconsin; Hoseless Cable Vacu um System, Manufacturer Meurer Research, Inc., Golden, Colorado; Residuals Sludge and Forebay Dewatered Silt Storage Bins and Conveyors, Manufacturer Hindon Roplex/RDP Technologies, Norristown, Pennsylvania; and, Microwave Density Meter, Manufacturer Toshi ba, Tokyo, Japan. Large Business Firms are required to submit a subcontracting plan with their proposals. The Small Business subcontracting goal for this procurement is 65% of the total subcontracting dollar value. Of that 65%, 20% should be placed with Small Disadvantaged Businesses, 10% with Women Owned Small Businesses, 3% with HUB Zone Businesses, 3% with Veteran Owned Small Businesses and 3% with Service Disabled Veteran Owned Small Businesses. All responsible sources may submit a proposal which shall be considered by the agency. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can recei ve SDB credit when utilizing non-certified SDB contractors/ subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. Contractors requests for this solicitation will be performed through ASFI. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the particular contract spe cialist for the particular project. All deliveries, packages, etc. of more than one box or container must be bound together by tape or other means. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding future registration, contact CCR Web site at http:/ccr.gov . Other information regarding registration can be obtained through CCR Assis tance Center (CCRAC) at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. Estimated dates: Solicitation Issuance on or about 21 September 2007, Proposals Due on or about 1 November 2007. Because of the high volume of traffic on the FedTeDS server during August and September 2007, we cannot guarantee access to the FedTeDS site to download solicitations and specifications. The Federal Government is aware of the problem. If you plan to prop ose on this project and cannot download the data after three attempts on the website, please contact the Contracting POC listed in this posting and arrangements will be made to get the solicitation, specifications, and all amendments to you.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN01399137-W 20070909/070907222128 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.