Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOURCES SOUGHT

Y -- San Juan Lateral Water Treatment Plant (SJLWTP) Sources Sought and RFI

Notice Date
8/24/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Bureau of Reclamation Upper Colorado Region Regional Office 125 South State Street, Room 8100 Salt Lake City UT 84138 US
 
ZIP Code
00000
 
Solicitation Number
140R4018R0052
 
Response Due
10/5/2018
 
Archive Date
11/30/2018
 
Point of Contact
Jones, Ashton
 
Small Business Set-Aside
N/A
 
Description
Sources Sought and Industry Day Notification Scope: NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive. The proposed North American Industry Classification Systems (NAICS) Code is 237990 which has a corresponding Size standard of $36.5M annual average revenue. The Government will use this information to determine the best acquisition strategy for this procurement. Projected Requirement Details: The Bureau of Reclamation (Reclamation), a water management agency within the Department of the Interior desires to engage the water treatment industry to provide a clear, concise, fair, and reasonable approach to the procurement strategy regarding the design and construction of the San Juan Lateral Water Treatment Plant (SJLWTP). The SJLWTP is part of the Navajo-Gallup Water Supply Project (NGWSP), whose overarching mission is to convey a reliable municipal and industrial water supply from the San Juan River to the eastern section of the Navajo Nation, southwestern portion of the Jicarilla Apache Nation, and the city of Gallup, New Mexico via about 300 miles of pipeline, several pumping plants, and two water treatment plants. BOR seeks to further its mission for the NGWSP through a traditional (firm-fixed) design-build procurement strategy of the SJLWTP in conformance with the two-step process identified in Federal Acquisitions Regulations, Subpart 36.3 ¿ Two Phase Design-Build Selection Procedures. Phase One will be a merit/qualifications-based selection, while Phase Two will focus primarily on cost and technical approach (see attached draft Sections L and M for Phase One and Phase Two evaluation criteria) based on an approximate 30% design level with the Phase Two Proposal. The SJLWTP design-build contract incorporates an initial 22.0 million gallons per day (MGD) water treatment plant, expandable in the future to 37.6 MGD, with six months of operations and maintenance included in the proposed initial award. The SJLWTP will receive pretreated surface water from the San Juan River via Reaches 1 ¿ 3 (designed by BOR and constructed by others) and will deliver treated water to the Reach 4a transmission pipeline (designed by BOR and constructed by others) serving multiple entities. The SJLWTP project scope will involve the design and construction for the work within the plant yard for which no design has yet been performed. Strategy Overview/Schedule of Projected Events: The purpose of the Sources Sought Notice, request for information questions below, and the Industry Day is to gather industry information from interested parties, which is deemed essential as part of Reclamation ¿s collaborative planning process for the design-build procurement of the SJLWTP. A brief milestone schedule is proposed below for the BOR planned procurement strategy for this contract in fiscal year 2019 to provide a basis for this RFI: ¿Pre-solicitation with Sources Sought and RFI/Industry Day Details Issued - August 24, 2018 ¿Industry Day in Albuquerque, NM ¿ September 26 and 27, 2018 ¿Q&A Posting ¿ Responses to Industry Day Questions ¿ Projected October 11, 2018 (These responses will consist of the Government answers to questions received during the one-on-one meetings.) ¿Synopsis to Industry of Upcoming Two-Step Solicitation ¿ Projected December 3, 2018 ¿Phase One Request for Qualifications (RFQ) Solicitation Projected to be Issued - January 10, 2019 ¿Phase One Statement of Qualifications Projected to be Due - February 21, 2019 (42 days to respond) ¿Phase Two Solicitation Request for Proposals (RFP) Projected to be Issued to Top 3 Shortlisted Offerors - March 14, 2019 ¿Phase Two Proposals Projected to be Due - July 2, 2019 (110 days to respond) ¿Phase Two Oral Interviews with Shortlisted Firms ¿ Projected Week of July 15, 2019 ¿Negotiations with Selected Offeror Complete and Project Award and Notice to Proceed Issued - September 12, 2019 ¿Contract Substantial Completion with Delivery of Treated Surface Water to Downstream Transmission System ¿ Need Date of Approximately March 29. 2024 (1,660 days from NTP) ¿Contract Final Completion after 6-Month Operation and Maintenance of WTP ¿ Need Date of Approximately September 29, 2024 Industry Day Details: ¿Reclamation announces an Industry Day for any entity or entities interested in designing and building the SJLWTP. Industry Day will be held at the U.S. Department of the Interior National Indian Programs Training Center (NIPTC) at 1011 Indian School Road NW in Albuquerque, NM ¿ September 26 and 27, 2018 o(See attached Google map for NIPTC location and directions from nearest Interstate 40 interchange) oINDUSTRY DAY SCHEDULE Wednesday, September 26, 2018 1:00 pm ¿ 1:30 pmRegistration 1:30 pm ¿ 3:15 pm Plenary Session Presentation 3:15 pm ¿ 3:30 pmBreak 3:30 pm ¿ 5:00 pmQuestions & Answers & Wrap Up Thursday, September 27, 2018 8:00 am ¿ 11:30 amIndividual Meetings* 11:30 am ¿ 12:30 pm Break 12:30 pm ¿ 3:00 pmIndividual Meetings* oTo register to attend the Plenary Session on September 26, 2018, please RSVP to Mr. Ashton Jones at ajones@usbr.gov. To schedule an individual meeting on September 27, 2018, please RSVP and provide the Requested Information below to Mr. Ashton Jones at ajones@usbr.gov and carbon copy (CC) Mr. Bart Deming at bdeming@usbr.gov by September 12, 2018 NLT 4PM MST. Each one-on-one appointment will be 30 minutes in duration. oRequested Information: ¿For Construction Firms: if you would like to schedule a one-on-one appointment, please provide evidence of bonding capability of at least $200 million. Also, please provide a synopsis of the possible teaming agreement you have in mind (or state teaming is TBD). ¿The Government is interested in all business sizes including small businesses; such as 8(a), Service-Disabled Veteran Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your business size status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. ¿Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. ¿For Design Firms: if you would like to schedule a one-on-one appointment, please provide a synopsis of the possible partnering agreement you have in mind (or state teaming is TBD). ¿The Government is interested in all business sizes including small businesses; such as 8(a), Service-Disabled Veteran Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your business size status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. ¿Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Request for Information ¿ Procurement Strategy Information/Input Requested: BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Submission Instructions for RFI Questions Listed Below: Interested parties who consider themselves competent to perform the above-listed qualification and/or production are invited to submit a response to this Sources Sought Notice by October 5, 2018. All responses to this Sources Sought Notice must be emailed to Ms. Amy Loveless, Contract Specialist, aloveless@usbr.gov, and carbon copy (CC) Mr. Ashton Jones, Contracting Officer, at ajones@usbr.gov. Responses are requested but not required. No award will be made off the responses provided as this is not a solicitation notice. The provided information may or may not affect the projected acquisition strategy. If providing information please keep the responses short, concise, and to the point. Only provide expanded information if the providing entity finds the information valuable. Lengthy, verbose responses are not required or desired. Please limit the total response to no more than 5 pages. If you have technical questions concerning this opportunity please contact: Bart Deming, USBR Four Corners Construction Office (FCCO), bdeming@usbr.gov. Regarding Bid Phase One ¿ Request for Qualifications (RFQ): 1)The RFQ bid phase will be merit based. What factors would distinguish bidders beyond some of the obvious such as past performance, water treatment experience, design-build experience, team experience, and cost controls proposed in section L? 2)What are some project risks you can foresee? 3)The anticipated project schedule is based on an award in September 2019 and substantial completion in March 2024 when delivery of drinking water to downstream distribution systems would begin. Reclamation has planned that completion date, based on having the downstream transmission system completed and ready to deliver drinking water before this date. Given the project scope, please provide your opinion on this duration for designing, constructing, and commissioning this WTP. Would there be advantages to having a shorter schedule? 4)How would you feel about Reclamation offering a Fixed price incentive and cost share with meeting an accelerated completion date? Note that if there is value in allowing for an accelerated completion timeframe, Reclamation would likely delay the solicitation to coincide with a completion date in March 2024. 5)As currently shown in the pre-solicitation documents, Reclamation is acquiring 100 acres for this project, including to provide for sufficient staging areas and future expansion, including space for approx. 3-days of raw water storage at full-build out. Is there an advantage to having more land available? Regarding Bid Phase Two ¿ Request for Proposals: 6)Assuming a traditional design-build procurement (firm-fixed price at contract award), what level of RFP design development in percent will ensure that scope of work can be clearly articulated, project risk understood, and project risk mitigation identified? 7)What level of contingency or risk would you assume at your recommended bid phase design development in percent? 8)Reclamation is considering opportunities for bidders to ¿check-in ¿ during the RFP design development and ask if the proposal development is consistent with overall conformance and meets the intent of the Technical Criteria Package. Would you take advantage of this opportunity? 9)At what stages of bid phase design development would you like to ¿check-in ¿; 10%, 15%, etc ¿ assuming a 30% design development? What coordination and response would you expect from Reclamation staff when you ¿check-in ¿? 10)The meetings during Phase Two with the Government could both be inclusive with all short-listed firms to have discussions, as well as proprietary one-on-one meetings. Do you have a preference in one type of meeting or the other? If so, please state your reasons. 11)Given the project ¿s evaluation criteria included in sections L and M of the pre-solicitation and that an overall budget range will be provided, how would you approach maximizing best value? 12)Describe your confidence in performing a life-cycle cost analysis during the RFP - Bid Phase Two. It should be assumed that items such as discount rate, interest rate, cost of chemicals, cost of utilities, etc. ¿ will be defined. What factors would you include? 13)To ensure fair competition between offerors, what life-cycle cost elements should be defined by the owner? 14)Reclamation has currently allocated 110 calendar days in the procurement schedule for Bid Phase Two ¿ RFP. How many days would you expect to need to develop a design sufficient to enter into a firm-fixed price contract during the RFP phase? 15)Reclamation is planning on offering a stipend to the two not-selected shortlisted firms from Phase Two. What are typical proposal development costs for projects of similar magnitude and scope to this with RFP phase designs developed to 30%? What do you believe is a fair stipend amount given the scope of this project? After the Bid Phase: 16)What type of design involvement do you anticipate having with the owner after contract award? 17)How would you ensure construction staff from your team are involved in the design phase? Via constructability reviews? At what design stages? Attachment(s): four (4) 1: National Indian Programs Training Center (location PDF ¿ 1 Page) 2: L&M Draft 20AUG18 ¿ (27 Pages) 3: 00 00 01 ¿ Specifications (Section C ¿ 830 Pages) 4: 00 00 02 ¿ Drawings (Section C ¿ 4 Pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40d063c11cb0178f4a64fbb33051bc18)
 
Place of Performance
Address: SJLWTP Indian Service Rte 36 (Approx) Waterflow NM 87416 USA
Zip Code: 87416
 
Record
SN05055479-W 20180826/180824231411-40d063c11cb0178f4a64fbb33051bc18 (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.