Closed Solicitation · DEPT OF DEFENSE

    USACE SPK DB CONSTRUCTION – DDJC TRACY WASTEWATER TREATMENT PLANT (WWTP) REPAIRS – TRACY CALIFORNIA

    Sol. W9123825R0008PresolicitationSACRAMENTO, CA
    Closed
    STATUS
    Closed
    closed Nov 6, 2024
    POSTED
    Oct 23, 2024
    Publication date
    NAICS CODE
    237110
    Primary industry classification
    PSC CODE
    Z2ND
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers (USACE) is planning to issue a Request for Proposal (RFP) for a Firm-Fixed Price construction contract focused on repairs to the DDJC Tracy Wastewater Treatment Plant (WWTP) in Tracy, California. The existing facility, which is currently operational, requires repairs due to aging infrastructure and equipment, as it is only processing 25,000-30,000 gallons per day, significantly below its original capacity of 0.5 million gallons per day. The project aims to maintain the current capacity without any reductions, necessitating the implementation of a temporary treatment system during

    Contract details

    Solicitation No.
    W9123825R0008
    Notice Type
    Presolicitation
    Posted Date
    October 23, 2024
    Response Deadline
    November 6, 2024
    NAICS Code
    237110AI guide
    PSC / Class Code
    Z2ND
    Contract Code
    2100
    Primary Contact
    Jessica Padilla
    State
    CA
    ZIP Code
    95814-2922

    Description

    Solicitation Number: W9123825R0008 USACE SPK – Design-Build – DDJC Tracy Wastewater Treatment Plant Repairs The Government anticipates issuing a Request for Proposal (RFP) with the intent of awarding a Firm-Fixed Price construction contract for DDJC Tracy Wastewater Treatment Plant (WWTP) Repairs. Project Description: The existing WWTP is currently operational but in need of repairs due to aging equipment and infrastructure. Currently, the facility is operating at about 25,000-30,000 gallons per day on average which is only about 6 percent of the original capacity of 0.5 million gallons per day (MGD).  There is no intent to reduce the capacity of the WWTP with this project.  Wastewater treatment must be maintained therefore, it is anticipated that a temporary treatment system will need to be in place to allow for inspections, repairs, and equipment replacement.  A minimum of 21 days’ notice prior to a temporary treatment system being brought into operation will need to be given to the Defense Logistics Agency (DLA). Careful coordination between the temporary treatment system supplier and DLA will be required for transferring flow between the existing treatment plant and temporary treatment system. Potential repairs include but are not limited to: Repair of damaged coatings throughout the facility Electrical upgrades to Main Plant Feed and relocation of Main Control Panel (MCP) Upgrades to the Control House to bring the space into OSHA compliance and electrical panel clearances into NEC compliance Replacement of identified valves and pipes throughout the facility Concrete repairs and replacement throughout the facility Replacement of clarifier mechanisms and associated structural upgrades to accommodate and meet latest structural codes Cleaning of clarifiers, pump vaults, trickling filters Replacement of pumps and any associated structural upgrades to accommodate new pumps Replace distribution mechanism in the trickling filters In accordance with DFARS 236.204(i) the estimated magnitude of construction is expected to be between $10,000,000.00 and $25,000,000.00. This prospective contract action will be conducted using NAICS Code is 237110 (Water and Sewer Line and Related Structures Construction). The size standard is $45M.  Product Service Code is Z2ND (Repair or Alteration of Sewage and Waste Facilities). **NOTE** As of March 17th 2023, the size standards associated with NAICS codes have been updated.  Businesses registered in the System for Award Management (SAM.gov) must update their SAM registration in order to have the small business status updated on the new size standards.  Until SAM registration is updated, the SAM profiles will continue to display the small business under the old size standard.  The revised size standards are posted online by the SBA at the following link: https://www.naics.com/sba-size-standards/ The solicitation will be solicited as full and open competition and is estimated to be issued on or about early November 2024 with 1st proposals due tentatively on mid December 2024.   The RFP will be issued on the Government Point of Entry known as Sam.gov and will establish a firm proposal due date/time. If applicable, the site visit date, time and location will be identified in the solicitation. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The only INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via SAM.gov.  Contractors are responsible for self-identifying as interested vendors and viewing other interested vendors.  Contractors should check beta.sam.gov frequently for any changes to the interested vendors list and notice. PLEASE DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data required to respond to the solicitation will be furnished as part of the solicitation. Following solicitation release, all responsible sources may submit a proposal that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. **Note**:  All prospective contractors and their subcontractors and suppliers must be registered in SAM.gov before they will be allowed to download solicitation information.  Contractors must be registered in the System for Award Management (SAM) at https://sam.gov/content/home prior to award of this contract.  Solicitation documents, plans and specifications will only be available via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.  See attachments “PIEE Solicitation Module Vendor Access Instructions”, “SOP PIEE Posting Offer”, and “SOP PIEE Proposal Manager Offeror” for instructions on getting access to the PIEE Solicitation Module and submitting your proposal. Registration for plans and specifications should be made via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil.  If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation.  The solicitation will be available only as a direct download.  Registration should be completed one week prior to the proposal/bid due date.  It is therefore the Contractor’s responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation.  The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto.  NOTE:  This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.

    Key dates

    1. October 23, 2024Posted Date
    2. November 6, 2024Proposals / Responses Due

    Frequently asked questions

    USACE SPK DB CONSTRUCTION – DDJC TRACY WASTEWATER TREATMENT PLANT (WWTP) REPAIRS – TRACY CALIFORNIA is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.