Agency: | |
---|---|
State: | District of Columbia |
Type of Government: | Federal |
Category: |
|
Posted: | Jan 19, 2024 |
Due: | Feb 9, 2024 |
Publication URL: | To access bid details, please log in. |
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).
This Sources Sought is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue a solicitation, make awards, or pay for respondent's expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent amendments. All submissions become government property and will not be returned. Any solicitation issued as a result of this notice will be in a separate announcement. The purpose of this notice is to survey interest and obtain capability statements from industry.
The U.S. Army Corps of Engineers (USACE), Baltimore District is considering a requirement for design-bid-build construction at the Washington Aqueduct (WA) McMillan Water Treatment Plant to replace the entirety of the existing clearwell to provide structurally sound reservoir with improved water quality and reliable operation. The project’s anticipated magnitude of construction is between $25,000,000.00 and $100,000,000.00 with a construction duration of 27 months from issuance of the Notice to Proceed (around August 2024), and the contract will require a Project Labor Agreement (PLA). A solicitation would be publicized around May 2024. The North American Industry Classification System (NAICS) code for this procurement is 237110 – “Water and Sewer Line and Related Structures Construction”, which has a small business size standard of $45,000,000.
PROJECT DESCRIPTION
WA maintains and operates the Dalecarlia Water Treatment Plant and McMillan WTP. At the McMillan WTP, water flows from the Dalecarlia Reservoir via the Georgetown Conduit to the Georgetown Reservoir for sedimentation purposes. From the Georgetown Reservoir, the water flows through the City Tunnel to the McMillan Reservoir. From the McMillan Reservoir, water is pumped via the McMillan Pumping Station to the Filtration Building for treatment. Treated or filtered water then flows via a 14 million gallon (MG) North Clearwell to a 20 million gallon (MG) South Clearwell before being pumped into the distribution system.
The McMillan North Clearwell (NCW) is an approximate 612 LF x 162 LF underground structure that is 25’ deep and was built in 1904. The structure (i.e. roof, walls and floor) was constructed using un-reinforced concrete. The roof structure consists of a grid pattern of un-reinforced concrete arch slabs that bear on reinforced columns at 18 LF center to center.
The project consists of replacing the entirety of the existing NCW to provide a structurally sound reservoir with improved water quality and reliable operation within the distribution system. The major features of this project include the following:
Major constraints of this project include the following:
INDUSTRY DAY
USACE Baltimore District will conduct a live presentation of this project via WebEx. The presentation is tentatively scheduled for February 5, 2024 at 11:30AM Eastern Time. To attend the presentation, register by emailing the Contract Specialist and Contracting Officer listed below for the WebEx URL.
CAPABILITIES STATEMENT
Vendors interested in the potential procurement shall submit a brief capabilities statement as one PDF. The capabilities statement shall include the following.
1. Company name, address, point of contact, phone number, e-mail address, CAGE code, and UEI number.
2. Business size in relation to the NAICS, including small business socioeconomic status as applicable (e.g. woman-owned small business, service-disabled veteran-owned small business, etc.)
3. A narrative and completed Experience Worksheet (see Attachment 1) of construction projects performed within the past ten years with experience in the following areas. Describe work performed as a prime or subcontractor, and the capability to meet any areas with no past experience (e.g. subcontract, joint venture, etc.).
4. Describe any large or small business subcontracting possibilities.
5. Describe bonding capability for a single contract action between $25,000,000 and $100,000,000, and total aggregate bonding capacity.
6. A completed PLA questionnaire (see Attachment 2).
7. Feedback on an acquisition strategy to consider: Request For Proposal using the Lowest Price Technically Acceptable or Tradeoff source selection process, or Invitation For Bid.
Email capabilities statement to the following:
Clark Miller, Contract Specialist at Clark.B.Miller@usace.army.mil
Ryan Fernandez, Contracting Officer at Ryandale.R.Fernandez@usace.army.mil
Interested parties are invited to submit a responses to this Sources Sought Notice no later than 11:00 AM Eastern Standard Time, February 9, 2024; reference Sources Sought number W912DR24X0Z54. Submissions will be shared with the Government project delivery team, but otherwise will be held in strict confidence. No feedback or evaluations will be provided to respondents regarding their submissions. If you have any questions, contact Clark Miller and Ryan Fernandez by email.
With GovernmentContracts, you can:
...-555 Sewer Program Management Consultant Solicitation Amended 3/28/24 3:38 PM 3/28/24 3:38 PM ...
District of Columbia Water and Sewer Authority
Bid Due: 5/22/2024
...-555 Sewer Program Management Consultant Solicitation Active 3/28/24 3:38 PM 3/28/24 3:38 PM ...
District of Columbia Water and Sewer Authority
Bid Due: 5/22/2024
...-555 Sewer Program Management Consultant Solicitation Active 4/19/24 11:34 AM 4/19/24 11:34 AM ...
District of Columbia Water and Sewer Authority
Bid Due: 7/02/2024
...Contact DCAM-24-CS-IFB-0007 HILL EAST PHASE II REDEVELOPMENT - 72 INCH SEWER RELOCATION AND...
District of Columbia
Bid Due: 5/21/2024