Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2025 SAM #8496
SOLICITATION NOTICE

Y -- Washington Aqueduct Water Mains and Valves Emergency Repair and Replacement

Notice Date
2/28/2025 4:23:20 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR25RA018
 
Response Due
3/16/2025 9:00:00 AM
 
Archive Date
03/17/2025
 
Point of Contact
Ayanah Savage, Phone: 4105047839, Sharon Alexander, Phone: 4109620191
 
E-Mail Address
ayanah.a.savage@usace.army.mil, sharon.l.alexander@usace.army.mil
(ayanah.a.savage@usace.army.mil, sharon.l.alexander@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Awardee
null
 
Description
SOLICITATION NO. W912DR25RA018PROCUREMENT TYPE: Pre-Solicitation NoticeTITLE: Washington Aqueduct Water Mains and Valves Emergency Repair and ReplacementClassification Code: Y1NE - Construction of Water Supply FacilitiesThis proposed procurement is 8(a) Set-Aside (FAR 19.8), Request for Proposal; NAICS 237110 (Water and Sewer Line and Related Structures Construction) with a size standard of $39,500,000.00.Project Description: The U.S. Army Corps of Engineers, Baltimore District is contemplating a solicitation for a firm-fixed price, design-build, indefinite delivery indefinite quantity (IDIQ), single award task order contract for Water Mains and Valves Emergency Repair and Replacement in support of the Washington Aqueduct (WA). The contract capacity would be $8,000,000 with a five-year ordering period. The Government is seeking qualified, experienced 8(a) participants capable of providing the required services. The proposed contract will allow for engineering and construction services for the emergency repair of infrastructure related to a complex water treatment facility. The engineering and construction services consists of, but are not limited to, typical elements for the repair, replacement, installation, and sterilization of water mains and all associated infrastructures. This work is to be performed within the boundaries of the Baltimore District primarily at Washington Aqueduct facilities.Scope of Work: The Contractor shall provide all management, plans, supervision, labor, equipment and materials necessary to perform design, construction, retrofitting, dismantling, or replacement related to emergency repair work on the water main infrastructure and valves throughout the Washington Aqueduct drinking water transmission system. Work shall be performed under Construction or Design-Construct (Design-Build) negotiated Firm-Fixed-Price Task Orders (TO?s). For purposes of this solicitation, the term Design/Construct and Design/Build are understood to be interchangeable and one in the same. 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. WA is unique in the Department of Defense, in that the Federal government owns and operates a public utility. WA has the responsibility to provide safe, reliable and cost-effective drinking water to approximately one million retail customers, through its three wholesale customers, 24 hours a day, seven days a week. WA is the sole source of potable water supply to most of these one million customers. WA operates and maintains two water treatment plants, the Dalecarlia Water Treatment Plant (WTP) and the McMillan WTP, which produce the potable water delivered to its wholesale customers. The potable water produced at the Dalecarlia and McMillan WTPs is treated surface water drawn from the Potomac River at two locations on the Maryland side of the river; an upstream location near the Great Falls and a downstream location near the Little Falls. From the Great Falls intake, Potomac River water is conveyed approximately nine miles via gravity flow in two conduits that discharge into the Dalecarlia Reservoir Forebay. Water discharged from the conduits into the Forebay is pumped from the Forebay into the adjacent Dalecarlia Reservoir. From the Little Falls intake, Potomac River water is pumped from the Little Falls Pumping Station (LFPS) directly into the Dalecarlia Reservoir. Water is supplied directly to the Dalecarlia WTP from the adjacent Dalecarlia Reservoir as is water supplied to the McMillan WTP from the adjacent McMillan Reservoir. The Dalecarlia Reservoir water is delivered to the McMillan Reservoir via gravity flow through an approximately two-mile-long conduit from the Dalecarlia Reservoir to the Georgetown Reservoir, thence via gravity flow through the approximately four-mile-long Washington City Tunnel to the McMillan Reservoir. WA operates and maintains transmission mains for the delivery of finished water to the wholesale customers. The transmission mains systems are composed of all associated integral structures, pipes, valves, and appurtenances. WA operates and maintains three finished water storage facilities, 1st High Reservoir, 2nd High Reservoir and 3rd High Reservoir, in support of different service pressure zones in Washington, DC and northern Virginia.Additional information in accordance with the Scope of Work will be included in the Request for Proposal (RFP) package. An award will be made to the Offeror whose proposal is determined to be the best value to the Government considering the evaluation factors. The solicitation is expected to be issued on or about 17 March 2025.Solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of the SAM.gov system. To familiarize vendors with the system, please go to https://www.SAM.gov. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper format.Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (237110) to this acquisition must be in vendor?s SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57ada1f03db742baadc2b66d58f84ab5/view)
 
Record
SN07357506-F 20250302/250228230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.