The RFP Database
New business relationships start here

MOTSU Firefighting/Potable Water System


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

SOURCES SOUGHT NOTICE
FOR
W912PM19B0017

Firefighting Water System and Potable Water System
Military Ocean Terminal Sunny Point, North Carolina



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, Wilmington District, is conducting research to determine the market capabilities of potential contractors to construct a firefighting water system and potable water system to service the wharves at the terminal. The scope of work may be as follows but is not limited to:


Phase 1 - Fire Fighting Water System
Purpose is to provide 3,000 gpm of water at 20 psi to each of the three wharves at the MOTSU site. The requirement is to provide 3,000gpm of water in addition to 7,000gpm from boats, for a total of 10,000 gpm of water flow at 20 psi. In order to provide 3,000 gpm of water at the wharves, a new piping system is being proposed along with a 720,000 gallon elevated storage tank. A booster station may also be included to convey water from the existing County waterline to the elevated storage tank. Approximate length of new piping is estimated to be between 10,000 LF and 15,000 LF.
Phase 2 - Potable Water System
Purpose is to replace the ground water storage tank, pump house with firefighting pumps, and ancillary equipment to meet demands of the site. It is estimated the size of the replacement water storage tank is 300,000 gallons.
This project will have complete plans and specs for advertising. This is not a design build.
The magnitude of construction for this project will be between $5,000,000.00 and $10,000,000.00.


All interested firms with 237110 as an approved NAICs code have until 08 July 2019 at 10:00 a.m. to submit the following information:


- Name & Address of your Firm


- Point of Contact (Name/Phone/E-mail)

- Current SAM


- Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. Any supporting documentation that confirms your socio-economic status should be provided, e.g., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.


- Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity. Bonding capacity must exceed $7,000,000 for single task orders.


- Evidence of capabilities to perform comparable work (ie, installation of minimum of 7,500 linear feet of water piping capable of maintaining specified PSI; installation of 500.000 gallon elevated storage tank) on three (3) recent projects equal to or greater than $5,000,000.00 in value (not more than six (6) years old). All project examples submitted must be as the prime contractor, Joint Venture or Mentor Protege. Include the project name and description of the key/salient features of the project, completion date, total contract construction value, whether it was Design-Build, Construction only, Renovation or Rehabilitation, etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience.


- Firm's capability to perform, to include geographic span and project size. If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance.


- Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the protégé firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. If the offeror is a Joint Venture (J-V), relevant project experience should be submitted for projects completed by the Joint Venture entity, or the individual firms that make up the joint venture. Offerors that are part of the DoD Mentor Protégé program may submit two (2) recent and relevant projects completed by the Mentor with the remaining project being submitted on behalf of the protégé. Any supporting documentation that confirms your socio-economic status as a team should be provided.


The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.


The requested information shall be submitted electronically to:


U.S. Army Corps of Engineers
Attn: Amy Jenkins
E-mail: amy.a.jenkins@usace.army.mil


The email should be entitled: MOTSU Firefighting/Potable Water System, Sources Sought


Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner


All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.


Amy A Jenkins, Contract Specialist, Phone 9102514804, Email amy.a.jenkins@usace.army.mil - Michael Mullen, Phone 9102514710, Email michael.m.mullen@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP