Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOURCES SOUGHT

Y -- INDUSTRIAL WASTE TREATMENT PLANT FOR IOWA DETONATOR FACILITY AT THE IOWA ARMY AMMUNITION PLANT IN MIDDLETOWN IA

Notice Date
2/11/2008
 
Notice Type
Sources Sought
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F08R0013
 
Response Due
2/25/2008
 
Archive Date
4/25/2008
 
Point of Contact
john denning, 402-221-3895
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(john.d.denning@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Omaha District, is conducting Sources Sought Synopsis announcement; a market survey for information only, to be used for planning purposes of this project is to design and construct an Industrial Waste Treatment Plan t at an existing production line at the Iowa Army Ammunition Plant in order to treat the wastewater generated by the production of detonators. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement wil l be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of qualified contractors. Resp onses are restricted to US firms who are in the vicinity of Iowa Army Ammunition Plant in Middletown, Iowa. Preference is given to Local and Small Businesses in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 226.71 Prefe rence for Local and Small Businesses. Contractor must be established, registered in Central Contract Registration. The Government is seeking qualified, experienced sources capable of performing the following requirements. DFAR 22.7101 Definition: Vicini ty as used in this Sources Sought Synopsis announcement, means the county or counties in which the military installation to be closed or realigned is located and all adjacent counties. The work consists of wastewater contain inactivated detonator compone nts such as inactivated lead azide, lead styphnate, barium nitrate, tetracene, and antimony sulfide. The new treatment plant will be located inside an existing building of the production line. The treatment system will operate in a batch mode and will be capable of treating a 1000 gallon batch within an 8 hour operational shift. The treatment will consist of an influent holding tank, pH adjustment, chemical precipitation with ferric chloride to remove lead, barium, and antimony, filtration, neutralizatio n, an effluent holding tank to provide effluent retention until effluent testing verifies treatment objectives have been met, and sludge dewatering and disposal. The system will discharge to the sanitary sewer system once effluent testing has confirmed di scharge criteria have been met. The discharge criteria will be the Federal Maximum Contaminant Level (MCL). The wastewater is generated from wash down operations on the detonator production line. The wash down wastewater is collected in existing sta inless steel trench drains and drains to six existing sump pits located outside of the production line buildings. The sumps contain stainless steel tanks to collect the wash down water and serve as reaction vessels to deactivate or kill the lead azide. This project also includes the reactivation and refurbishment of the six existing concrete lined wastewater sumps. The existing stainless steel tanks in the sump pits will be replaced with new double wall tanks. All new conveyance piping and pumps will be added to transport the waste water from the sumps to the treatment plant and then to discharge the treated effluent into the sanitary sewer. The six sumps will also each be enclosed by new insulated buildings with adequate heating and ventilating. The Design-Build Contractor for this project will also be responsible for obtaining, completing, and submitting all environmental permit applications and notices that are required for the construction and operation of this treatment system. The Magnitude of t his requirement is between $1,000,000.00 and $5,000,000.00. Proposed contract method is to utilizing Firm Fixed Price Best Value Request type contract. All interested, capable, qualified, and responsive members contractors who meet the requirements of DFA R 226.71 are encouraged to reply to this source sought as the received data will be used to define whether enough small contractors are qualified for a specific set-aside and not limit competition. The Government is requesting that interested contractors furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. (2) State county in which you are physically located. (3) State type of Small Business Community member (Small Business (SB), Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (Hubzone), Veteran Owned Small Business Concerns (VOSV), S ervice Disabled Veteran Owned (SDVOSB) Historical Black Colleges and Minority Institutions (HBCU/MI), Indian organizations and Indian-Owned economic enterprises) under the North American Industry Classification System (NAICS) Code 221320 Waste collection , treatment, and disposal through a sewer system . which contains a size standard of $6.5 million, (4) Identify servicing Small Business Administration District Office, if applicable. (5) State your maximum bonding capacity as of the date of your respons e. (6) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years for each of the requirements. Include name, address, telephone number, and e-mail addres s of references. Also, provide a brief description of the work performed, role of the contractor to include whether the work was self-performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the wo rk described in this announcement. Existing and potential Joint-Ventures, Mentor-Prot?g? Agreements and formal teaming arrangements are acceptable and encouraged. Email responses to this request for information is preferred, and should be sent to: john.d .denning @nwo02.usace.army.mil. All questions must be submitted via e-mail or fax. Mailed responses should be sent to: US Army Corps of Engineers, ATTN: CENWO-CT-M/John Denning, 106 South 15th, Omaha, Nebraska 68102-1618. Faxed responses should be sen t to 402-221-4199 or 4530. The due date and time for responses to this announcement is 2:00 p.m. (Central Standard Time) February 11, 2008. Point of Contract John Denning 402-221-3895. Responses should be limited to no more than 10 pages. Do not submit product literature or brochures.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01505772-W 20080213/080211225828 (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.