Water Treatment Plant Upgrades At Raystown Lakes

Agency: DEPT OF DEFENSE
State: Pennsylvania
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Jun 1, 2023
Due: Jun 16, 2023
Solicitation No: PANNAD23P0000001437
Publication URL: To access bid details, please log in.
Follow
Water Treatment Plant Upgrades At Raystown Lakes
Active
Contract Opportunity
Notice ID
PANNAD23P0000001437
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 01, 2023 10:45 am EDT
  • Original Response Date: Jun 16, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 01, 2023
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: Y1ND - CONSTRUCTION OF SEWAGE AND WASTE FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Hesston , PA
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.





The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified ALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential RAYSTOWN WATER TREATMENT PLANT AND SUPPLY SYSTEM UPGRADES- RAYSTOWN LAKE PROJECT, HESSTON, PA





By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside or acquisition decision to be issued will depend upon the capabilities of the responses to this notice.





This Notice does not constitute an Invitation For Bid (IFB); it does not guarantee the future issuance of an IFB; nor does it commit the Government to a contract for any construction requirements. Further, the Baltimore District (the Agency) will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all cost associated with responding to this Notice will be solely at the responding party’s expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued.





Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice.





PROJECT DESCRIPTION:





The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for Water Treatment Plant Upgrades to meet compliance requirements and improve overall efficiency of the water treatment facility at Raystown Lake in Hesston, PA. The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB).





The Raystown Lake Project provides potable water to approximately 600,000 visitors annually at Seven Points Recreation Area and marina in Hesston, PA. The Seven Points Water Treatment Plant (WTP) at Raystown Lake is located at 6764 Seven Points Road. It is a surface WTP with clarification and filtration package treatment units, using sodium hypochlorite for primary disinfection providing potable water to the Seven Points Area campsites, marina, and administrative facilities within the recreation area. The WTP went into operation in 1992. The list below identifies the improvements to bring the plant into compliance with PADEP regulations and requirements.





The project consists of but is not limited to the following improvements:




  • Reconfigure the piping of the WTP clearwell

  • Install actuated valves or pump controls

  • Modify the water sampling location and add flow measurement

  • Modify the pressure distribution system discharge pump

  • Drain, inspect, and clean the clearwell

  • Replace filter media in both filters.




  • Replace the filter control panel

  • May include bid items to install fiber and make required connections along with a fiber-optic connection

  • Replace PLC and install autodialer with signal callouts and VTScada software




  • Replacement of the clarifier / filter media, underdrains, and air scour piping in both clarifier/filter units.





The water treatment plant and reservoir are critical components of the distribution system and so the outage period is restricted. An experienced contractor with resources and expertise to handle the following project constraints is needed:






  1. Have all materials and equipment on site once Notice to Proceed is issued.

  2. The WTP will remain in operation through November 1. After November 1 the contractor will have 60 day work periods to work during shutdown mode.

  3. The WTP Clearwell and the Booster Pump Station Clearwell will remain in operation during the entire period that the WTP is in operation.

  4. The existing fiber-optic communications line will remain in operation during the entire construction period. The Contractor must conduct his operations so as to cause the least possible interference with this utility.

  5. Access into the clearwell is limited and all work within is considered confined space.





The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate.





In accordance with DFAR 236.204 – Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $500,000.00 and $2,000,000.00. 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 $39,500,000.





Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration.





Responders should address ALL of the following in their submittal:





Interested qualified Large Businesses, 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 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 demolition, reconstruction, and/or reconfiguration, installation, and/or modification of public drinking water systems complete with building, filter treatment systems, clear well, distribution system, electrical, SCADA and callout systems.

  2. Removal/installation of internal and external components including but not limited to piping and valves, vaults, meters boxes, and fiber-optic and associated connections.

  3. Successful installation of mechanical mixers by trained and certified personnel.

  4. Excavation, grading, manhole, drain line and sub-drainage system installation.

  5. Secure monitoring and callout systems

  6. Awareness of PADEP regulations





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 $500,000.00 and $2,000,000.00, and total aggregate bonding capacity.





Narratives shall be no longer than ten pages.





Responses must include the Offerors' name, POC phone number, SAM information and email address.





Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence.





SUBMISSION INSTRUCTIONS:





THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought is not to be considered as a commitment by the Government, nor will the Government pay for any



information solicited or delivered.





Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) on Friday, June 16, 2023. All responses under this Sources Sought Notice must be emailed to Nastashia Willoughby at nastashia.d.willoughby@usace.army.mil referencing the sources sought notice number PANNAD-23-P-0000 001437.





Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact Nastashia Willoughby at Nastashia.d.willoughby@usace.army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 01, 2023 10:45 am EDTSources 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

.../Project Title: Water & Wastewater Treatment Consumables Description: Water & Wastewater... Treatment Consumables ...

State Government of Pennsylvania

Bid Due: 12/31/2099

...Title: Water & Waste Water Treatment Plant Comp/Equip Description: Water & Wastewater... Treatment ...

State Government of Pennsylvania

Bid Due: 12/31/2099

...Title: Water & Waste Water Treatment Plant Comp/Equip Description: Water & Wastewater... Treatment ...

State Government of Pennsylvania

Bid Due: 12/31/2099

...Follow Water Treatment Facility Pipe Loop Active Contract Opportunity Notice ID W50S9024QA003... seeks ...

DEPT OF DEFENSE

Bid Due: 4/26/2024

* 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.