Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

Z -- UPGRADE WATER DISTRIBUTION ON BASE PHASE, U. S. COAST GUARD, YORKTOWN, VA

Notice Date
3/30/2010
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Facilities Design & Construction Center, 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400, United States
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-10-R-3EFK04A
 
Point of Contact
Donna E. Miller, Phone: 757-852-3422, Pamela Argilan, Phone: (757) 852-3449
 
E-Mail Address
donna.e.miller@uscg.mil, pamela.j.argilan@uscg.mil
(donna.e.miller@uscg.mil, pamela.j.argilan@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Pre-Solicitation Synopsis: HSCG47-10-R-3EFK04 This is a Lowest Price Technically Acceptable Design/Build for Upgrading the Water Distributions System, U. S. Coast Guard Training Center, Yorktown, VA. This Design/Build project involves the complete rehabilitation of the TRACEN Base wide potable/drinking water and non-potable/fire-protection raw water distribution systems. The existing undersized and inadequate dual systems of 6' and 8' piping will be enlarged to 8', 10' and 12' waterlines utilizing a combination of installation methods (e. g. open cut trenching, pipe bursting, or horizontal directional drilling) that will ultimately be dependent on the contractor's final accepted design. Upon project completion, the TRACEN will be under one water system supplied in its entirety by the Newport News Water Works (NNWW) distribution system. Thus, the existing inadequate fire protection system supplied via a raw water source from Wormley Pond will be totally gutted and replaced with a new potable water system of increased pipe sizes and new fire hydrants. Likewise, the rehabilitation of the existing antiquated potable water system will also include the abandonment of the existing elevated tank and a major facilities wide water metering upgrade involving either the replacement or installation of new water meters. All meters will be tied together with a modernized telemetric metering recording system. The project will require the use of specialized construction in known areas of heavy existing congested underground utilities, hazardous petroleum plumes, and archaeological historic areas. In addition, the contractor will be constrained in traffic flow and water outages and will be responsible for all permitting and fee requirements associated with NNWW. The estimated magnitude of this construction project is more than $10,000,000.00. The applicable North American Industry Classification System (NAICS) for this acquisition is 237110 and the small business size standard is $33.5 Million. The estimated time for completion is 732 calendar days. THIS SOLICITATION IS BEING ISSUED AS A 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS CONCERNS. The Congress in authorizing and funding this project has established certain cost limitations for the project. No award can be made for the design and construction of this project which with allowances for government imposed contingencies and overhead that exceeds the statutory authorization. Proposals whose price for design and construction exceed the funds available may be rejected. This project is funded with ARRA funds. The solicitation, when issued will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by FAR Part 15 for a competitive Service- Disabled Veteran-Owned Small Business Concern, negotiated procurement utilizing the authorized Lowest Price Technically Acceptable Source Selection Processes prescribed in FAR 15.101-2. The solicitation will include the following American Recovery and Reinvestment Act (ARRA) Clauses: FAR 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements; 52.215-2, Audit and Records - Negotiation (Alternate I); 52.225-21, Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements, and 52.225-22, Notice of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements. Compliance with all ARRA clauses and required reporting will be mandatory by the successful offeror. A detailed project description and overall project performance requirements for this project will be included in the Request for Proposals (RFP) package. The successful contractor must design and construct a complete and usable facility, as described in the RFP documents. A solicitation Request for Proposal (RFP) will be available for viewing and downloading on or about April 14, 2010. The date for receipt of proposals for Solicitation HSCG47-10-R-3EFK04 is estimated to be May 18, 2010 at 2:00pm EDT in Norfolk, Virginia. THE SOLICITATION WILL BE AVAILABLE ONLY BY INTERNET AT http://www.fedbizopps.gov. Any prospective offerors and plan rooms MUST register themselves on the website. The official planholders list will be created from the internet registration and will be available from the website only. Amendments will be posted on the website for downloading. This will be the normal method of distributing amendments; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. The Government reserves the right to reject any or all offers at any time prior to award; to negotiate with any or all offerors; award to the offeror submitting the proposal determined to be the Lowest Price Technically Acceptable Offer to the Government. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. Offers will not be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: Offerors are required to be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Registration in the CCR database can be accomplished at the website http://www.ccr.gov. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/HSCG47-10-R-3EFK04A/listing.html)
 
Place of Performance
Address: U. S. COAST GUARD TRAINING CENTER, YORKTOWN, Virginia, United States
 
Record
SN02106579-W 20100401/100330235105-6f14a9ffb728979372047a3e9ce63643 (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.