Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOURCES SOUGHT

Y -- United States Army Corps of Engineers, South Pacific Division, Sacramento District, solicits for Capability Statements to participate in a design and build construction solicitation for water treatment facility at Sierra Army Depot, Herlong, CA.

Notice Date
8/8/2008
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-08-S-0825
 
Response Due
8/25/2008
 
Archive Date
10/24/2008
 
Point of Contact
DAVID DALE ROBBINS, 9165575367<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Y -- WATER TREATMENT SYSTEMS General Information Document Type: Sources Sought Solicitation Number:W91238-08-S-0825 Posted Date:Aug 08, 2008 Original Response Date:Aug 25, 2008 Current Response Date:Aug 25, 2008 Original Archive Date:Sept 09, 2008 Current Archive Date:Sept 09, 2008 Classification Code:Y -- Construction of structures and facilities NAICS Code:221310 Water Treatment Plants Contracting Office Address United States Army Corps of Engineers, South Pacific Division, Sacramento District, 1325 J Street, Sacramento, California 95814 Description THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is W91238-08-S0825. United States Army Corps of Engineers, South Pacific Division, Sacramento District, solicits for Capability Statements from all qualified and interested 8(a), Service Disabled Veteran Owned, or HUBZone Small Business parties to participate in a design and build construction solicitation for water treatment facility at Sierra Army Depot, Herlong, CA. The 2002 NAICS Code for the proposed acquisition is 221310, Water Treatment Plants, and the small business size standard is $6.5 Mil. Federal Supply Code is Y 245, Construction of water supply. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive 8(a), Service Disabled Veteran Owned, or HubZone, Small Business or Unrestricted. The proposed acquisition will be a design-build solicitation. Proposals will be evaluated using Trade-Off source selection procedures that will result in award of a firm-fixed price design/build contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. The proposed project will consist of the design and construction of a water treatment system. Sierra has three potable water wells; these wells exceed the allowable levels for manganese, iron, and uranium. The State of California has demanded that corrective action be taken. This project is intended to provide treatment facilities at two of the three wells to eliminate the contaminant load (the third well, #9, will be pumped to the nearest well, #5, and be treated there due to real estate constraints). Further, design will be required to transport wastewater generated by the treatment methodology, to a disposable area on the north area of the post. Further, building 92, which houses limited telemetry on the existing system, will be gutted to provide sufficient space for all the new control equipment and electronic record-keeping equipment to monitor the system.. The estimated cost of this acquisition is between $10,000,000 and $12,000,000. Completion of the design and construction of the facility will have a maximum duration of 540 days. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years of similar design/build work within the same dollar value magnitude of this notice adjusted for inflation. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant construction experience with federal government work within the last 3 calendar years, for projects of similar size, scope, and complexity as a $12M Design/Build Water Treatment System 2. Recent and relevant construction experience with Design/Build within the last 3 calendar years, for projects of similar size, scope, and complexity as a $12M Design/Build Water Treatment System. 3. Recent and relevant construction experience with water treatment facilities within the last 3 calendar years, for projects of similar size, scope, and complexity as a $12M Design/Build Water Treatment System. 4. Recent and relevant experience in developing change proposals and recommending alternative solutions to design discrepancies within the last 3 calendar years for construction projects of similar size, scope, and complexity as a $12M Design/Build Water Treatment System. 5. Include proof of bonding capacity in excess of $12M. 6. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, or HubZone Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to David Robbins at david.d.robbins@usace.army.mil or mailed to USA Corps of Engineers, Sacramento District, Contracting Division Attn: David Robbins, 1325 J Street, Sacramento, California 95814. Responses must be received no later than August 25, 2008 by 3 pm, PST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c45ccc28be7bb5583d91ba8db1834fa6&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA<br />
Zip Code: 95814<br />
 
Record
SN01635004-W 20080810/080808221712-c45ccc28be7bb5583d91ba8db1834fa6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.