The RFP Database
New business relationships start here

Port Isabel Detention Center (PIDC) Kitchen/Waste Water Treatment Plant (WWTP).


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

The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS ANNOUNCEMENT SEEKS INFORMATION FROM INDUSTRY, WHICH WILL BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS.

The proposed project will result in a firm-fixed price. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside, if any, decision to be issued will depend upon the capabilities of the responses to this synopsis.


The purpose of this sources sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the small business community: Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service Disabled Veteran Owned Small Business (SDVOSB), and Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, WOSB, and SDVOSB businesses are highly encouraged to participate.


Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 40% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Large business firms shall be subject to FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan.


Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA.



Project Information:
1. General Description: The project shall include the construction of a new kitchen facility, adjacent to the existing kitchen and miscellaneous improvements at the Waste Water Treatment Plant (WWTP). The existing kitchen and WWTP are to remain operational as improvements are implemented.


Port Isabel Detention Center (PIDC) in Port Isabel, Texas (26*09'27.67"N / 97*20'19.04"W) is a secure site that requires all contract personnel to be vetted prior to accessing the site in accordance to Department of Homeland Security requirements. Personnel who do not pass vetting requirements will not be allowed access to the site.


Construct new Kitchen Facility, including administrative areas, locker/break room, janitors closets, restrooms, refrigerated storage, dry food storage/pantry, carry out area, dish washing, can wash, receiving staging area, outdoor platform receiving, corner guards wall protectors, mechanical room, electrical room, telecom closet, along with required infrastructure, utilities and site work at the New Kitchen facility shall have the capability to prepare and package meals for delivery of up to 4,500 meals per day (1,500 meals at breakfast, lunch and dinner). The meals will be consumed in the detention areas, therefore, the project shall provide means of staging the meals in the kitchen area prior to transporting the meals to the detention center residents. The new kitchen shall be located adjacent to the existing kitchen facility and shall connect to the existing structure.


Upgrade and renovation of the on-site Waste Water Treatment Plant to properly treat all on-site sewage in compliance with Texas Commission for Environmental Quality (TCEQ) and the Texas Natural Resource Conservation Commission (TNRCC) regulations, plus any additional requirements for sewage treatment and the resulting effluent at the Port Isabel Detention Center in Port Isabel, Texas (26*09'13.70"N / 97*20'02.46"W).


The WWTP currently treats wastewater generated by a detainee population of 1,400 and an U.S. Immigration and Customs Enforcement (ICE) staff of 200. The Average Daily Flow (ADF) is approximately 80,000 Gallons Per Day (GPD) and the WWTP design capacity is 160,000 GPD. The WWTP is authorized to treat and discharge wastes from the Port Isabel Detention Center Wastewater Treatment Facility, SIC Code 9223. Sequencing of work is required to not disrupt plant operations. Flow can be diverted to one side of the treatment plant works for no longer than seven days to ensure proper wastewater treatment is achieved.


2. Completion Time: Estimated duration is 450 calendar days


3. Estimated magnitude for this effort is between $5,000,000.00 and $10,000,000.00.


4. NAICS Code 236220 Commercial and Institutional Building Construction.


5. SB Size Standard is $36.5M for construction.


6. PSC Code: Y1JZ, Construction of Miscellaneous Buildings


7. Bonding Requirements: The Contractor will be required to provide the Performance and Payment Bonds within 3 calendar day after award. The contractor shall begin work within 5 calendar days after acknowledgement of the Notice to Proceed.


8. Questions concerning this Sources Sought should be emailed to the Contract Specialist, Ms. Debora L. Wells at debora.l.wells@usace.army.mil


9. Anticipated solicitation issuance date is on or about June 2019, and the estimated proposal due date will be on or about July 2019. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.


10. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385 1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations).


FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION:


1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) Registration at www.sam.gov ).


2. Name of firm w/address, phone, fax, e-mail address, and point of contact.


3. State if your company is a Small Business, SBA Certified 8(a) firm, HUBZone Small Business, or Service Disabled Veteran-Owned Small Business. Proof of Small Business Administration (SBA) registration for 8(a), HUBZone Small Business and Woman-Owned Small Business shall be provided as part of your documentation.


4. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company).


5. Indicate whether your firm will submit a bid for this project if set-aside for Small Business, 8(a), HUBZone Small Business, Service Disabled Veteran-Owned Small Business or Woman-Owned Small Business.


6. Provide information on the most recent projects that demonstrate experience as a Prime Contractor of your firm's capability to perform a contract of this magnitude and complexity. Incorporate a brief description of the project, contract number, customer's name and phone number, timeline of performance, customer satisfaction and dollar value of the project.


7. Firm's Joint Venture information if applicable - existing and potential.


Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.


If you can meet all of the requirements for this project, please respond to this sources sought announcement by uploading your response to FBO.gov not later than the response date and time indicated in this announcement.


If the FedBizOpps.gov website is NOT accessible, email responses to Debora L. Wells at: debora.l.wells@usace.army.mil on or before the due date.


SENDING FILES: The FBO.gov package submission application can be accessed via
https://www.fbo.gov/ under the source sought number.


A note will be visible within the "Notice Details" sub-tab. The "Electronic Response" sub-tab indicates that the opportunity allows for electronic responses.


Note, a vendor must login to the system to be able to submit electronic responses for opportunities.


There are two types of electronic response submissions possible:


Choose: "Document upload". Multiple documents with attachments can be loaded here.


The Documents section allows the user to submit files as part of their electronic response to the opportunity.


1. The user can enter a description for every file to be uploaded, note this is optional.


2. To select a file for upload, the user clicks on the Browse button. (Note, for files over 10 Mb, please use the Large Upload (JAVA) button.) This will allow the user to select a file located on their computer for upload.


3. After selecting the file, the user can click the Add New button to select additional files for upload.


4. The user can delete any file(s) previously selected for upload by clicking on the Delete button.


5. The user has three options at the bottom of the Response page:


a. Submit saves and electronically submits the response to the government point of contact for that opportunity in the system. Note, the system will send an email to the email address on file for the user confirming the electronic submission;


b. Save as Draft saves the response created, but does not submit it to the government point of contact in the system; if selected, the system returns to the Notice Details tab and there is a note at the top indicating that the user has saved a draft response. The user can click on the blue Click here link in the note to review/submit a response. After clicking the link to review/submit, the system opens the Electronic Response tab and displays the draft response for review. There is a note at the top which will advise the user whether or not the response deadline has passed. If not, the user can click on the blue Click here link to make changes to the draft response and submit if ready.


c. Return does not save the response and takes the user back to the Notice Details tab.


NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.
THIS SOURCES SOUGHT CLOSES ON 5 JUNE 2019 at 1600 CST.


Debora L. Wells, Contract Specialist, Phone 4097662680, Fax 4097663010, Email debora.l.wells@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP