Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOURCES SOUGHT

C -- Advanced Treatment Pilot Testing

Notice Date
3/7/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR18-S0007
 
Point of Contact
Lillian Lamb, Phone: 4438532060
 
E-Mail Address
Lillian.Lamb@usace.army.mil
(Lillian.Lamb@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NOT A SOLICITATION AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational/market research purposes only. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from all qualified and interested parties from Small Business (SB) Firms, Certified 8(a) Firms, Certified Historically Underutilized Business Zone (HubZone) Firms, and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a potential single contract to provide planning and design services for pilot equipment procurement and pilot testing including sampling and analysis, report writing, developing strategies for retrofitting existing treatment processes for full-scale implementation of selected water treatment technologies and regulatory support services to the Washington Aqueduct Division in support of its on-going pilot testing program. The applicable NAICS code for this procurement is 541330 and the standard size is $15M. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The Government will not pay for any material provided in response to this market survey nor return the data provided. The requirement will consist of a broad range of planning, engineering design and support activities for pilot testing. Services shall include, but are not limited to planning; pilot treatment design; studies; hydraulic investigations; process evaluations; facility evaluations; bench testing; pilot testing; analysis; compliance activities and training in all of the following areas: Master Planning for Water Treatment Facilities; Regulatory Compliance Related to Drinking Water; Drinking Water Quality and Treatment Technology in all aspects of water treatment including, but not limited to: source water quality and protection; flocculation/sedimentation; high rate clarification; ozonation; bio filtration, ultraviolet disinfection; waste stream handling; chemical use optimization strategies; developing full-scale implementation strategies based on pilot testing; Cost Analysis and Estimating; Public Information Communication; Pilot Operations and Maintenance (O&M) Support; Regulatory Support. Interested firms should submit capability statements to include the following information: 1. Company name, address, phone number and point of contact. 2. Company's System for Award Management (SAM) Cage Code and DUNS Number to verify your business status as a qualified Small Business (SB) Firm, Certified 8(a) Firm, Certified Historically Underutilized Business Zone (HubZone) Firm or Service-Disabled Veteran-Owned Small Business (SDVOSB) Firm. Contractors must be registered in SAM and completed the Online Representations and Certifications Application (ORCA). Please see www.sam.gov. 3. Indicate the primary nature of your business. 4. Provide examples of requirements demonstrating your firm's experience in the following: • Water treatment technology; • Preparation and development of engineering studies, design of bench and pilot plant equipment; • Procurement/construction and operation of bench and pilot plants to gauge their performance against specific treatment objectives and determine unintended consequences. • Water treatment plant hydraulics and analysis. • Bench and pilot testing of ozone, bio filtration, UV, and high-rate clarification systems at WTPs. • Design and implementation of pilot programs for testing and assessing candidate water treatment processes. • Design of ozone, UV, and high-rate clarification processes as retrofits for WTPs with average daily production rates greater than 50 million gallons per day (MGD). • Studies relating to water treatment plant operations and distribution system water quality. 5. Demonstrate experience with managing large contracts and completing all project requirements within the required time and the project budget. 6. Demonstrate your firm's ability to provide temporary on-site staff for specialized activities such as operating pilot plant equipment, and collecting and analyze samples. The submission should also demonstrate the firms' past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules, and should identify the firm's geographic location and may be in any format. To be eligible for selection, a firm must establish an office staffed by a principal within 75 miles of the Washington Aqueduct. Narratives shall be no longer than 10 pages. Submissions will be shared with the Government and the project team, but otherwise will be held in strict confidence. Responses to this Sources Sought are to be sent via email to lillian.lamb@usace.army.mil or hard copy to U.S. Army Corps of Engineers, 2 Hopkins Plaza, Room 03-G-01, Baltimore MD 21201 no later than 2:00 p.m. eastern standard time 21 March 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR18-S0007/listing.html)
 
Place of Performance
Address: 5900 MacArthur Blvd, NW, Washington, District of Columbia, 20016-2514, United States
Zip Code: 20016-2514
 
Record
SN04846947-W 20180309/180307232206-a811b608b9c87cdac6cdc49579f84eed (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.