North Carolina Bids > Bid Detail

Fort Bragg Emergency Water System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 46 - Water Purification and Sewage Treatment Equipment
Opps ID: NBD00159509867693079
Posted Date: Apr 12, 2023
Due Date: Apr 26, 2023
Solicitation No: W912QR-23-FtBraggEmergencyWaterSystem
Source: https://sam.gov/opp/f5cbc67be0...
Follow
Fort Bragg Emergency Water System
Active
Contract Opportunity
Notice ID
W912QR-23-FtBraggEmergencyWaterSystem
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 12, 2023 03:21 pm EDT
  • Original Published Date: Apr 12, 2023 01:55 pm EDT
  • Updated Response Date: Apr 26, 2023 02:00 pm EDT
  • Original Response Date: Apr 26, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive 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:
    Fort Bragg , NC
    USA
Description View Changes

A market survey is being conducted in order to make acquisition decisions about this future project and to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8(a), Woman-Owned Small Business, or Service-Disabled Veteran Owned Small Business and you are interested in this project, please respond appropriately.



The proposed project is a design/bid/build effort to construct an emergency water system capable of supplying a minimum of 350,000 gallons of potable water daily to the Ft. Bragg water distribution system. The system should be a package plant with reverse osmosis technology to treat surface water from the Little River. A dual fuel (diesel and natural gas) emergency generator will support plant operations during a power outage. Project will require a connection to the privatized water system and the privatized electrical system. The emergency water system will provide water to critical mission s in the event off-post commodity providers can no longer supply Ft. Bragg.



Contract duration is estimated at 550 calendar days. The estimated cost is $5,000,000.00 to $10,000,000.00. NAICS code is 237110. All interested Small Businesses, certified HUBZone, 8(a), Woman-Owned Small Businesses, or Service-Disabled Veteran Owned Small Business contractors should respond to this survey by email no later than 26 April 2023 at 2:00 PM Eastern Standard Time.



Responses should include:



1. Identification and verification of the company’s small business status.



2. Contractor’s Unique Identifier Number and CAGE Code(s).



3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.



4. Descriptions of Experience – Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.



A. Projects similar in scope to this project include:




  • Ability to construct an emergency water system

  • Past Performance/knowledge in reverse osmosis technology able to treat water

  • Dual fuel (diesel & natural gas) generators implementation

  • Coordination with local privatized utilities for water system connections





B. Projects similar in size to this project include:




  • Water system capable of supplying minimum 250,000 gallons of water daily.





C. Based on the information above, for each project submitted, include:






    1. Current percentage of construction complete and the date when it was or will be completed.

    2. Scope of the project.

    3. Size of the project.

    4. The portion and percentage of the project that was self-performed.







5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement.





NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.





Email responses to Stephanie.N.Drees@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.





NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.





All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.



ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.





Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.





Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.



To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.SAM.gov).


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >