FY24 Dissolved Oxygen O&M Services

Agency:
State: Georgia
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Mar 8, 2024
Due: Apr 1, 2024
Publication URL: To access bid details, please log in.
Follow
FY24 Dissolved Oxygen O&M Services
Active
Contract Opportunity
Notice ID
W912HN-24-R-5004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST SAVANNAH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2024 07:28 am EST
  • Original Response Date: Apr 01, 2024 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Rincon , GA
    USA
Description

This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Savannah District is issuing this Sources Sought synopsis as a means of conducting market research to identify parties with an interest in and the resources to support the requirements for Dissolved Oxygen (DO) Injection Facility Operation and Maintenance (O&M) Services. The result of this market research will contribute to determining the method of procurement.



TP-1.2 Intent:



It is the intent of the following technical provisions to procure complete and efficient operations and maintenance of the Up River and Down River Dissolved Oxygen Injection facilities for the Government. At both locations, the Project’s facilities include an Operations Building which houses (1) the control, communications, and electrical rooms and (2) the dissolved oxygen treatment components consisting of intake structures/wetwells, rack screens, stop gates, fish screens, self-cleaning strainers, high pressure pumps, low pressure pumps, mixing pumps, pump bearing flush water systems (PBFWS) to include fresh water wells, dewatering sump pumps, Speece cones, intake pumps (Speece cone feed pumps), associated pipework and valving, , discharge systems, support systems, instrumentation/online analyzers, landscape and security provisions, and the entrance roadways. Particularly important is the complete and efficient operations and maintenance of the oxygen generation equipment, Pacific Consolidated Industries (PCI) DOCS-1500 units. The Contractor shall furnish all necessary management, personnel, materials, supplies, lubricants, and any other project items to accomplish the requirements as specified herein. All materials, supplies, and equipment not rented or owned by the Contractor and provided by the Government through this contract will remain the property of the Government. Work under this contract shall be performed under the general direction of the Authorized Representative of the Contracting Officer. The Contractor shall ensure that all services are conducted in accordance with the contract and all applicable laws, regulations, codes, or directives. Performance shall be in accordance with all Terms, Conditions, General, Specific, as well as Technical Provisions, Drawings, and Attachments contained herein or incorporated by reference.



TP-1.4 Work Sites:



The Up River Dissolved Oxygen Injection Facility is located on the Savannah River in Rincon, Georgia, while the Down River Dissolved Oxygen Injection Facility is situated on Hutchinson Island just upstream of the International Paper wastewater treatment lagoon.



The Up River facility is located on Plant McIntosh property which is owned and operated by Georgia Power Company (GPC). All security procedures and requirements set forth by GPC to access Plant McIntosh must be met in order to access the Up River facility.



The Down River facility access includes use of an easement across properties owned by several parties. Currently, International Paper utilizes a gate with common locks to control access to the access road. Coordination with the Government and International Paper is required to gain access.



TP-1.14 Operational Periods:



Both facilities are to be in full operation continuously from June 15 through September 30, which is considered to be the “Run Season”. The remainder of the year is considered “Off Season”. Full “Run Season” staffing is required from May 1 through October 31, at a minimum, to ensure that the equipment is reliably operating at full capacity prior to the beginning of the Run Season and the equipment is properly prepared for Off Season shutdown. However, it is the Contractor’s responsibility to plan for sufficient pre-season start-up duration each year to ensure the plant is fully operational at the beginning of the Run season. The Dissolved Oxygen Injection systems should be operated per the procedures described per the technical provisions written here-in for the Run Season and Off-Season Operating Periods.



TP-2.7 Minimum Personnel Qualifications:



Contract personnel and subcontract personnel shall have the education and experience necessary to enable them to comprehensively understand the Up River and Down River Dissolved Oxygen Injection facilities to be operated, maintained, and repaired and all other actions as described in the work statement. Only trained and qualified employees shall be used in performance of this contract. Any vendor-specific certifications must be obtained, or sources of technicians utilized as outlined in TP-8.5. All Contractor employees shall be subject to Government regulations during time spent on Government property. A file containing the qualifications (education and experience) and/or certifications and/or licenses of each employee and sub-contractor shall be maintained by the Contractor. These files shall be made available to the COR upon request and will be used as part of the basis for determining the qualifications of personnel.



If you are interested in this project and/or your organization has the potential capacity to perform these services, please submit the following information to the Point of Contact (POC) listed below.




  1. Name and Address of your firm

  2. Point of Contact (name/phone/email)

  3. Company Website

  4. Unique Entity ID

  5. Commercial and Government Entity (CAGE code (https://cage.dla.mil))

  6. Business Size, according to the specified NAICS code 516210, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman Owned Business, and Large Business. The Government must be able to verify SBA certification of HUBZone, 8(a), and SDB via the System for Award Management (SAM) (http://www.sam.gov/) and Small Business Administration (https://web.sba.gov/).

  7. Bonding capacity of your firm in terms of single and aggregate bonding.

  8. Capability statement addressing the particulars of this effort, with the appropriate documentation supporting claims of organization and staff capability. Please state your firm’s experience in performing facility support services. With this, please include a list of projects similar in scope to the work described in the project description that your firm completed as the prime contractor within the past five (5) years. Project information should include scope and magnitude (contract value). If significant subcontracting (self-performance less than 15%) or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements to include the percentage anticipated to be self-performed by each party.

  9. Does your business have experience with Service contracts with the Federal Government in the range of $1M-$5M annually?

  10. Does your firm have experience staffing a site 7 days/week during the Run season (summer months) and 5 days/week during the Off season with 5-10 personnel (including industrial electricians, industrial mechanics, integration technicians, industrial operators ) working on industrial water pumps, valves, sensors, transmitters, industrial oxygen concentration equipment, and SCADA systems?


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
  • SAVANNAH , GA 31401-3604
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 08, 2024 07:28 am ESTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...of Qualifications from firms interested in providing Engineering Services related to Water and ...

State Government of Georgia

Bid Due: 5/08/2024

...sealed bids for Landfill Wastewater Pump System in the Macon-Bibb County Procurement Department... ...

State Government of Georgia

Bid Due: 5/16/2024

...24-027-LH, Landfill Wastewater Pump System (5/16/2024) April 25, 2024 published by Laura Hardwick... ...

Macon Bibb County

Bid Due: 5/16/2024

...) Wastewater Collection and Transmission System (WCTS) includes an estimated 2,700 miles of ...

State Government of Georgia

Bid Due: 5/01/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.