Washington, DC Bids > Bid Detail

Sources Sought Notice for repairs to the Old Conduit water conveyance system, Washington Aqueduct, Washington D.C.

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159711246134372
Posted Date: Nov 16, 2022
Due Date: Dec 2, 2022
Solicitation No: PANNAD-22-P-0000003379
Source: https://sam.gov/opp/85d8487e4e...
Follow
Sources Sought Notice for repairs to the Old Conduit water conveyance system, Washington Aqueduct, Washington D.C.
Active
Contract Opportunity
Notice ID
PANNAD-22-P-0000003379
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 16, 2022 10:32 am EST
  • Original Response Date: Dec 02, 2022 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Washington , DC 20016
    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 BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential OLD CONDUIT REPAIRS – WASHINGTON AQUEDUCT DIVISION, WASHINGTON, DC





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 construction 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 gathered as a result of the responses to this notice.





This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; 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 Government to form a binding contract. It is the responsibility of the interested parties to monitor this website for additional information pertaining to this notice.





PROJECT DESCRIPTION:





The Washington Aqueduct (WA), a division of the Baltimore District United States Army Corps of Engineers (USACE), treats water drawn from the Potomac River to produce drinking water for Washington, DC and portions of northern Virginia. Raw water diverted from the Potomac River flows via gravity to the Dalecarlia Reservoir through two conduits that are approximately nine miles long. Each conduit conveys approximately 100 MGD of raw water. The first conduit is commonly known as the “Old Conduit” while the second conduit is known as the “New Conduit”. The Old Conduit was constructed in the 1850s and is a circular conduit with an inside diameter that varies between 8 to 10 feet. The conduit is constructed of mostly of brick, stone, and mortar. There are several sections that have been previously lined with shotcrete. There are other sections that were tunneled through rock and have been lined with cast-in-place concrete. The entire conduit is a permit-required confined space. The Old Conduit is an underground structure which passes through properties of the U.S. Government (including the US Army Corps of Engineers, the National Park Service, and other Agencies) and Montgomery County, Maryland.





The purpose of the project is to implement rehabilitative work on components of the Old Conduit water conveyance system.



The major features of this project include the following:




  1. Repair of approximately 12,000 linear feet of the Old Conduit through the installation of 2.5 inches of shotcrete, including surface preparation.

  2. Repair of approximately 305 linear feet of the Old Conduit through the installation of carbon fiber reinforced polymer composite system.

  3. All repair work occurs in a permit-required confined space and shall be performed by ACI CP-60 Nozzleman (Wet-mix) certified crew




The minor features of this project include, but are not limited to, the following:




  1. Installation of roadway guard rail to separate vehicular traffic from a masonry structure.

  2. Demolition and disposal of existing minor steel structures.

  3. Pressure cleaning existing sluice gates and optional sluice gate replacements.

  4. Roadway and site work to facilitate repairs inside the conduit (items a and b under major features).





The Contractor or their subcontractor performing the work for this project will be required to show evidence of the following personnel qualifications after contract award and prior to mobilization:




  1. General Contractor’s project superintendent shall have a minimum of 10 years of experience in construction with at least 5 of those years as a superintendent on projects similar in size and complexity.

  2. Shotcrete Contractor shall utilize only ACI-certified Shotcrete Nozzleman and Shotcrete Nozzleman-in-Training.

  3. Shotcrete Contractor shall utilize shotcrete crews with a minimum project experience of 5 projects of similar size and complexity, including the shotcrete crew foreman, nozzlemen, and other crew members.





In accordance with DFARS 236.204 – Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10,000,000 and $25,000,000. 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.





SUBMISSION REQUIREMENTS:





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.





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.





Firm’s responses to this Synopsis shall be limited to 15 pages in one (1) PDF file and shall include the following information:






  1. Firm’s name, address, point of contact, phone number, e-mail address, Unique Entity Identification (UEI) number, and cage code.

  2. Firm’s Business Size – LB, SB, 8(a), HubZone, SDVOSB, or WOSB.

  3. Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable.

  4. Firm’s maximum bonding capability via letters from bonding company including:

    1. Bonding capability for a single contract action between $10,000,000 and $25,000,000; AND

    2. Total aggregate bonding capacity.



  5. Firm’s capability to perform the magnitude and complexity outlined in the Scope of Work above:

    1. Brief description of three to five projects of similar relevant size and complexity performed by the firm within the past 10 years.

      1. Application of shotcrete to underground tunnels, large diameter pipes, culverts or other water holding structures, which include overhead application conditions and permit-required confined space entry, would be considered similar. Shotcreting is considered to be any type of concrete applied in wet- or dry-mix via shooting from a nozzle.

      2. Each project shall have a minimum shotcrete quantity of 5,000 square feet and the total of all projects shall demonstrate a minimum shotcrete quantity of 100,000 square feet.

      3. Project descriptions shall include project name, type of structure, square footage of shotcrete placed, total project value, contract completion date.









SUBMISSION INSTRUCTIONS:





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, December 2, 2022. All responses under this Sources Sought Notice must be emailed to Vincent Gier at Vincent.J.Gier@usace.army.mil referencing the sources sought notice number PANNAD-22-P-0000 003379.





Telephone inquiries will not be accepted nor acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact Vincent Gier at Vincent.J.Gier@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
  • Nov 16, 2022 10:32 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >