Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
SOURCES SOUGHT

Y -- P-200: Sewage Treatment Plant Upgrades at Naval Support Activity South Potomac, Indian Head, Maryland

Notice Date
4/3/2008
 
Notice Type
Sources Sought
 
Contracting Office
N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
ZIP Code
00000
 
Solicitation Number
N4008008C0153
 
Response Due
4/18/2008 5:00:00 PM
 
Archive Date
5/3/2008
 
Point of Contact
Allison Bacon (202) 685-8086
 
Description
The Naval Facilities Engineering Command, Washington, DC, is seeking eligible small business firms capable of performing design-build services to construct modifications to the sewage treatment plant. The project upgrades Naval Support Facility, Indian Head’s (NSF-IH) existing sewage treatment facility to comply with Maryland Department of the Environment (MDE) water quality standards for nitrogen and phosphorus levels by January 1, 2011. Combined renovation and new construction to the sewage treatment plant includes a post equalization tank, a chemical feed system for phosphorus removal, a supplemental carbon feed system, a biological nutrient removal system, a control/laboratory building and a denitrifying sand filtration system. Built-in equipment includes supervisory control and data acquisition (SCADA) system upgrades, a rotary fan press, a sludge thickener, and a UV disinfection system. Construction includes site utility development (communications, electrical, potable water, and sewer), sustainable design, and lighting. Operation and Maintenance Support Information (OMSI) accompanies all primary system components. The upgraded plant must comply with the new en! hanced nutrient removal discharge limits of 4.0 mg/L x annual total flow of Total Nitrogen and 0.3 mg/L x annual total flow of Total Phosphorus as required meeting the Chesapeake Bay Restoration initiatives. The existing Sewage Treatment Plant must remain in continuous operation and compliant with all regulations, throughout the entire construction period. The design flow of the existing plant is 0.50 MGD. The design to cost for this project will total $12.1 million. All service-disabled veteran-owned small businesses, certified HUBZone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond. Upon review of industry response to this Sources Sought synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government’s best interest. The appropriate NAICS Code is 236220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 12 page! s in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar size and scope within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. (3) Statement regarding bonding capabilities. The package shall be sent by mail to the following address: Naval Facilities Engineering Command, Washington, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-5018 (Attn: Allison Bacon). Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 18 April 2008. Questions or comments regarding this notice may be addressed to Allison Bacon either by e-mail at allison.bacon@navy.mil or by phone (202) 685-8086.
 
Record
SN01547322-W 20080405/080404001127-9cc457e060d3acc292e8f85b80855163 (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.