THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE.
This is a Sources Sought Notice which serves as a market research tool to obtain information from industry and will be used for preliminary planning purposes. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information. Respondents will not be notified of the results of this notice.
The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically or Underutilized Business Zones (HUBZones), small businesses concerning the potential third high reservoir maintenance and improvements project.
Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The North American Industry Classification System (NAICS) for this acquisition is 237110 (Water and Sewer Line and Related Structures Construction) with a size standard of $36.5 Million. The magnitude of construction is between $1M and $5M. NO SOLICITATION IS CURRENTLY AVAILABLE.
Project Description: Dalecarlia Backwash Tanks Improvements, Washington Aqueduct Division, Washington, DC.
The Washington Aqueduct (WA) provides portable water to approximately one million people in the District of Columbia and Northern Virginia. As part of the water treatment and supply system, the Dalecarlia Water Treatment Plant (WTP) operates dual media filters for water filtration and purification purposes. When the filters are in use, the pressure loss across the media gradually increases and eventually the filter must be cleaned (backwashed) in order to continue functioning within the specified water quality limits. During the filter backwash process, high volumes of water are used to fluidize the filter media and release the trapped solids. At the Dalecarlia WTP, there are two wash water storage tanks known as the Underground Tank and the Elevated Tank, respectively. Wash water is supplied to the wash water storage reservoirs through an altitude valve, located in the Dalecarlia Pumping Station, which simultaneously supplies water to each of the tanks through 24" and 30" cast iron water mains. Waste water from the backwash process is recycled to the Dalecarlia Forebay via a subsurface Backwash Recovery Pumping Station (BWPRS). The BWPRS operates two centrifugal pumps, which are critical to the Dalecarlia WTP environmental permitting compliance.
The main focus of the project is to modify both the supply and waste backwash facilities to restore their infrastructure, improve reliability and address sanitary deficiencies. Hence major features of the project consist of the construction of a drain outlet structure, the installation of a subsurface waterproofing membrane, the replacement of tank corrosion protection system, the installation of new electrical switchgears, variable speed drives, transfer switches, etc., the rehabilitation of altitude valves and the replacement of valves, actuators and actuator control systems. Hence, an experienced contractor with resources and expertise to handle the following project constraints is needed:
i. The BWRPS shall remain operational and service disruptions shall be minimized. Therefore, the installation of the existing electrical equipment shall be performed in phases.
ii. Active de-chlorination of leakage and backwash water will be required to handle all water that by-passes the BWRPS prior to discharge to the river.
iii. Access into the backwash tanks is limited and all work therein is considered confined space work.
iv. Programming work needed to tie process control systems into the SCADA system shall only be performed by contractors that have been security cleared.
v. Access control for security to the site shall be maintained, to include security screening of personnel, control of access keys, and temporary fencing and locks as necessary.
Interested qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), or Qualified Section 8(a) certified firms with single bonding capacity to support this project should submit a concise narrative and specific project examples of similar size and scope that demonstrate their specialized experience and technical competence in:
1. The installation and commissioning of electrical equipment to include a switchgear, transformer, variable frequency drives, automatic transfer switches and duct banks.
2. Construction of a medium voltage electric room for a transformer and switchgear.
3. Rehabilitation of an elevated water storage tank to include replacement of corrosion control systems, installation of an overflow pipe, tank cutting, welding and re-painting.
4. The installation of a waterproofing membrane system on the roof slab of a buried water tank.
5. The interception of a 24" drain line for the construction of a concrete outfall drainage structure.
6. Altitude valve rehabilitation and the replacement of large valves, actuators and their associated control systems.
7. Modifications to the programming and control systems for pumps, actuators and process instrumentation.
Capability statements SHOULD include information and details of similar projects, to include contract value.
In addition please provide a letter from the surety regarding the potential Small Business General Contractor's maximum bonding capability for a single contract action between $1,000,000.00 and $5,000,000.00, and total aggregate bonding capacity.
Narratives shall be no longer than ten (10) pages. Email responses are preferred.
The contractor should be familiar with the Federal Safety Manual and provisions of the Davis-Bacon Act.
Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence.
Responses must include the company name, address, phone number and point of contact, SAM information and DUNS Number.
Contracting Office Address:
USACE District, Baltimore, 2 Hopkins Plaza, Room 03-G-01, Baltimore, MD 21201
Place of Performance:
Washington Aqueduct, 5900 MacArthur Boulevard, NW, Washington, DC 20016
Point of Contact(s):
Email your responses to MSG Nicole Brookes at nicole.c.brookes@usace.army.mil and Mrs. Ashley M. Wingfield at ashley.wingfield@usace.army.mil no later than 1:00 p.m. EST, 14 May 2019.