The RFP Database
New business relationships start here

Design Build MCON Project P-1231 Wastewater Treatment Plant at Marine Corps Air Ground Combat Center (MCAGCC) Twentynine Palms, California


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Notice: This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is for market research purposes.

This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Southwest to facilitate the decision making process.


This is a survey of the market of potential local U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Women Owned Small Business (WOSB). Based upon this survey a decision will be made whether to issues the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted).


This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary.


The Naval Facilities Engineering Command, Southwest, San Diego, California is seeking eligible small businesses, SBA certified 8(a), SBA certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Women Owned Small Business (WOSB) capable of performing the construction.

All small businesses, certified 8(a), SBA certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Women Owned Small Business (WOSB) are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest.


The intended procurement method is Best Value Trade-off.


The North American Industry Classification System (NAICS) Code is 237110 - Water and Sewer Line and Related Structures Construction with a Small Business Size Standard of $39.5 million, average annual gross receipts for the preceding three fiscal years.


The estimated total contract price range, in accordance with DFARS 236.204 is between $25,000,000 and $100,000,000.


This is a new procurement. It does not replace an existing contract. No prior contract information exists.


Offerors can view and/or download the solicitation, and any attachments, at https://www.fbo.gov/ when it becomes available.


Large business concerns will be required to submit a Subcontracting Plan prior to award of the contract.


Offerors shall submit with their offer a bid bond of $3,000,000 or 20% of the amount for Davis Bacon Act (DBA) work.


THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.


PROJECT DESCRIPTION:


Constructs a new Wastewater Treatment Plant (WWTP) that includes a new primary and bypass headworks, a sludge removal drying system, clarifiers, tertiary treatment system, tertiary filtration system, pump stations and chlorination disinfection system.


Constructs a treatment plant operations building. The facility will be a reinforced concrete masonry unit building with standing seam metal roof. The building will house a monitoring and control room, laboratory, pump maintenance area and an operator area.


Facility-related control systems include cybersecurity features in accordance with current Department of Defense (DoD) criteria.


This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. The AT/FP (inside) line-item includes standard force protection measures such as mass notification systems, emergency shutoffs for ventilation systems, laminated windows, blast resistant window and door frames, and emergency lighting and signage.


Operations and maintenance support information (OMSI) is included in this project.


DoD and DON principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and executive orders. Low impact development will be included in the design and construction of this project as appropriate.


Site preparations include site clearing, excavation, grading and preparations for construction including fill and compaction of soils at existing treatment ponds.


Paving and site improvements include grading, parking facilities, roadways, curbs, sidewalks, landscaping, signage and demolition of existing electrical, water, sewer utility lines and existing concrete pads to clear the site.


Mechanical utilities include extension of sewer and treated wastewater piping and valves, potable water line extension, bar screens and repair of existing lift station.


Environmental mitigation includes sampling, analysis, and soils reporting at the existing ponds for proper closure.


This project demolishes inadequate utility Buildings to clear the site for this project.


The tertiary wastewater treatment plan needs to be sited within the existing wastewater treatment plant footprint, which is located in the 100-year flood plain, in order to connect into the existing wastewater treatment system at the installation. The potential for a 100-year flood will be mitigated by the existing, robust stormwater collection system.


SUBMISSION REQUIREMENTS


Interested sources are invited to respond to this Sources Sought announcement.


The following information shall be provided on the attached Sources Sought Information Form:


1)    Contractor information: Provide your company's contact information, including DUNS number and CAGE Code.
2)    Type of Business and business size standard under NAICS 237110: Identify whether your company is an SBA certified 8(a), SBA certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Women Owned Small Business (WOSB), Small Business or Large Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/.
3)    Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.
4)    Experience: Submit a minimum of three (3) and a maximum of five (5) recent specific government or commercial contracts/projects your company has completed to demonstrate your experience in Waste Water Treatment Plants and Related Structures Construction as indicated in this announcement. All projects must involve new construction of facilities; repair projects will not be considered. A "specific" project is a single project or a single task order under an indefinite quantity contract or on-call type contract. "Recent" is defined as having been completed within the seven years prior to the submission due date of this announcement. All projects shall have a minimum construction cost of $30,000,000. This refers to the total contract cost if the work was performed by your company as prime contractor, and the subcontract cost if the work was performed by your company as a subcontractor. Projects which do not meet these requirements may not be considered relevant. Additional submission requirements:
    Submit at least one relevant project with a construction cost of $55,000,000 or above.
    For each of the projects submitted for experience evaluation, provide the following:
    Title and Location
    Award and completion dates
    Contract or subcontract value
    Type of work for overall project and type of work your company self-performed
    Customer information including point of contact, phone number, and email address
    Whether the work was performed as a prime or a subcontractor
    Type of contract (Design-Build or Design-Bid-Build - see Sources Sought Information form)
    Narrative project description
    Description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed.


All experience will be evaluated for market research purposes only. Firms are advised that while experience older than seven years or not yet 100% complete may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent seven years of experience will be accepted. NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation.


For design-build projects, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house.


Responses to items 1 through 4 above are limited to 6 single-sided, 8.5 X 11 inch pages. The minimum font size is 10 point. Three (3) copies of the information shall be submitted to Naval Facilities Engineering Command, Southwest.


Interested parties should provide submissions no later than 2:00 PM Local San Diego Time on November 13, 2019. The package can be emailed to brandon.spaulding@navy.mil. Questions or comments regarding this notice may be addressed to Brandon Spaulding via email brandon.spaulding@navy.mil.


BRANDON SPAULDING, CONTRACT SPECIALIST, Phone 6195323290, Email BRANDON.SPAULDING@NAVY.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP