Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
MODIFICATION

56 -- GRTE 149677_Sources Sought_Moose Waste Water

Notice Date
1/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
GRTE-149677-MooseWasteWater
 
Archive Date
2/10/2016
 
Point of Contact
Jason Longshore, Phone: (303) 969-2288
 
E-Mail Address
jason_longshore@nps.gov
(jason_longshore@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
01/26/2016: Modification 001 - Revises discrepancy in the text. The response date is corrected to 5pm MST January 26, 2016. The National Park Service has a requirement for the project stated below. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. There is no bid package, solicitation, specification or drawings available with this announcement. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. If you chose to submit a package, clearly identify the park and a project on your package (GRTE 149677 - Water/Moose Waste Water), your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, Small). Your email capability information MUST be 10 pages or less and be SPECIFIC to the scope provided. Submit a capabilities Statement for your company and for any Sub-Contractor you would use on the project. Your response is due no later than 5pm MST January 26, 2016. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc. - see 13 CFR 121.103 and 13 CFR 121.108. All firms should be certified in the System for Award Management. https://www.sam.gov > 4.1201-Policy). Please email your responses to: jason_longshore@nps.gov Analysis of the quantity and quality of responses to this sources sought announcement will be considered in the market research being conducted and in the making of any small business set-aside determination for this requirement. Project Details: Grand Teton National Park Moose, Wyoming Moose Waste Water/Water Plant NAICS Code: 237110 Estimated Cost Range: $9M - $13M Estimated Period of Performance: 09/16 - 03/18 All work under this contract will be performed within an environmentally sensitive national park. Work will be performed in the high visitation corridor of the park and will be performed while maintaining visitor access. There are two separate components for this requirement. The first component consists of the construction of a new 60,000 gpd membrane biological reactor type of activated sludge wastewater treatment plant; new 4 inch diameter HDPE raw sewage force main; 8 inch diameter PVC gravity sewer; 4inch diameter HDPE treated water force main; necessary appurtenances for a complete wastewater treatment facility; and the demolition of the existing Moose wastewater treatment plant when the new facilities are completed and operational. Also included in this component is the requirement to install a temporary lift station, the sewer force main bypass and connect to the existing WWTP force main. Installation of the lift station will need to occur during periods of low groundwater to minimize dewatering. This phase will need to be tested and accepted for operation prior to the start of the next phase The second component of this requirement consists of the construction of a new water system infrastructure including two 150 gpm wells; a 520 square foot Well House building with electrical and chemical treatment rooms; 300,000 gallon buried concrete water storage tank; installation of approximately 17,100 and 5,525 lineal feet of 12 inch and 8 inch diameter HDPE water transmission main, respectively; electrical and fiber conduits; and telemetry based SCADA control system. In addition work will include the demolition of existing water system infrastructure including Taggart Well No. 1, the Taggart Well House, a 50,000 gallon insulated above ground steel water storage tank (Taggart Tank), 100,000 gallon buried concrete water storage tank (Windy Point Tank) and existing utility vaults as indicated in the construction drawings. Completion of each item includes all materials, labor, reclamation, transportation, material processing plants, equipment, royalties, warranties, O&M manuals, and incidentals necessary to complete the Work as described in the construction drawings and these specifications. Lastly the contractor will be responsible to obtain and pay for all permits and fees from the state and local authorities, including utility and construction permits, fees, and inspections, whether temporary or permanent. Contractor is responsible to include in the bid amount any costs associated with work by Utility Companies. The entire project will be constructed under a single prime contract. Capability Information: 1. Past Performance: Interested vendors shall submit 3-5 examples of past performance on similar projects in scope and costs that occurred within the last 10 years. Projects cited should demonstrate that the Contractor has the technical capability, skills and experience to successfully: a) Construct a new waste water treatment facility per the capacity and process type described above; b) Construct a new water system infrastructure including wells and a similar buried concrete tank; c) Installation of 20,000+ lineal feet of HDPE water main in an environmentally sensitive location. 2. Financial Capability: Interested vendors shall have acted as the prime contractor on projects with an estimated range of $9 - $13M providing examples and a determination that your company possesses sufficient resources to successfully complete this project. 3. Project Management: The contractor shall demonstrate qualifications, experience, and credentials on past project teams to include subcontractors and how the project team enhanced and ensured a well-coordinated and successful outcome for each project listed. Your response is due no later than 5pm MST January 26, 2016. All questions can be sent via email to jason_longshore@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/GRTE-149677-MooseWasteWater/listing.html)
 
Place of Performance
Address: Grand Teton National Park, Moose, Wyoming, United States
 
Record
SN04001287-W 20160128/160126234505-a9c83a49625a44f4d3445386db58726b (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.