Search Contract Opportunities

Hidden Lane Landfill Superfund Site – Operable Unit 02, Public Water Service, Sterling, Virginia   2

ID: W912DR-23-R-0VJ5 • Type: Sources Sought

Description

Title: HIDDEN LANE LANDFILL SUPERFUND SITE OPERABLE UNIT 02, PUBLIC WATER SERVICE, STERLING, VIRGINIA

SOLICITATION NO: W912DR23R0VJ5

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 CONSTRUCTION CONTRACTORS interested in performing work on the potential project for the United States Environmental Protection Agency (EPA) Record of Decision (ROD) for Operable Unit 2 (OU2) at the Hidden Lane Landfill Superfund Site, Sterling, Virginia.

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 services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions such as acquisition strategies including but not limited to: Invitation for Bid (IFB) and Requests for Proposals (RFP). Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice.

Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor sam.gov for additional information pertaining to this notice.

PROJECT DESCRIPTION:

The proposed project will be a standalone firm-fixed price (FFP) design-bid-build (DBB) contract. This Work is being conducted as part of the United States Environmental Protection Agency (EPA) Record of Decision (ROD) for Operable Unit 2 (OU2) at the Hidden Lane Landfill Superfund Site. Hidden Lane Landfill is located to the west of residential properties who are serviced with private water wells in the Broad Run Farms subdivision in Loudoun County, Sterling, Virginia. OU2 addresses exposure of the public to contamination in the groundwater related to past activities at Hidden Lane Landfill. The selected remedy for OU2 is to connect properties whose groundwater wells are currently impacted above the applicable Maximum Contaminant Level, and those properties which may become impacted based on the proximity to the groundwater contamination plume, to an extension of the Loudoun Water supply system.

The objective of this project is to provide public water service (ultimately to be turned over to and operated by Loudoun Water) to approximately 128 residential parcels within the Broad Run Farms subdivision. As part of the ROD OU2, dated 13 June 2019, the accepted Remedial Design includes removal of the groundwater wells as accepted by the individual residents; removal of the existing Point-of-Entry Treatment Systems (POETS) as accepted by the individual residents; installation of 6-inch, 8-inch, and 12-inch ductile iron pipe distribution pipe to service the areas within the impacted area including valves, hydrants, fittings, and blocking; individual residential water meters; disconnection and abandonment as necessary of water service from existing wells with replacement as needed of water service connections between new water service meter and residential connection; expansion tank and backflow preventers as needed to be compliant with International Plumbing Code and Loudoun County requirements; site restoration to original conditions; and all associated testing and permitting 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.

In accordance with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $5,000,000 and $10,000,000. 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 of $39,500,000.00.

Responders should address ALL of the following in their submittal:

USACE seeks the contractor's ability to demonstrate the necessary experience, including subcontractors, on projects like that described above for similar services. This includes references of completed projects similar in scope and scale. Similar projects include, but are not limited to, general utility and roadway construction. If the Offeror is a joint venture, mentor/prot g , or is utilizing an affiliate, at least two projects submitted within this factor MUST be experience representing the small business/prot g Prime Offeror. This project MUST meet the requirements of the previous paragraph and demonstrate experience in the elements as listed below.

The following criteria must be considered to ensure the ability to perform the proposed work:

  1. Capability Statements should include information and details of a minimum of two (2) projects with similar scope of work and magnitude of construction completed within the past five (5) years, to include underground utility installation, and demonstrate a minimum completion value of $10,000,000.00.
  2. At least one (1) project must demonstrate as a whole or separate experience with:

a. Environmental Protection Agency (EPA)

b. Waterline Construction

c. Street and construction.

d. Construction phasing of vehicular traffic ways.

e. USACE Constructions Experience

3. Provide a letter from the surety regarding the maximum bonding capability for a single contract action and total aggregate bonding capacity.

4. Responses must include the Offeror's Name, Company Address, CAGE Code, UEI, POC Phone Number, POC Email, and SAM Information.

Narratives shall be no longer than ten (10) pages in one (1).pdf file.

Comments will be shared with the Government and the project development team, but otherwise will be held in strict confidence.

SUBMISSION INSTRUCTIONS:

THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered.

Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 11:00 A.M. Eastern Standard Time (EST) 24 May 2023. All responses under this Sources Sought Notice must be emailed to yubaraj.rasaily@usace.army.mil and katie.r.marrette@usace.army.mil referencing the sources sought notice number W912DR23R0VJ5.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact: yubaraj.rasaily@usace.army.mil and katie.r.marrette@usace.army.mil.

Overview

Response Deadline
May 24, 2023, 11:00 a.m. EDT Past Due
Posted
April 25, 2023, 11:16 a.m. EDT
Set Aside
None
Place of Performance
Sterling, VA 20165 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
34%
Signs of Shaping
62% of similar contracts within the Department of the Army had a set-aside.
On 4/25/23 USACE Baltimore District issued Sources Sought W912DR-23-R-0VJ5 for Hidden Lane Landfill Superfund Site – Operable Unit 02, Public Water Service, Sterling, Virginia due 5/24/23. The opportunity was issued full & open with NAICS 237110 and PSC Y1NE.
Primary Contact
Name
Yubaraj Rasaily   Profile
Phone
(443) 853-2061

Secondary Contact

Name
Katie Marrette   Profile
Phone
(410) 962-0147

Documents

Posted documents for Sources Sought W912DR-23-R-0VJ5

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W912DR-23-R-0VJ5

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912DR-23-R-0VJ5

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912DR-23-R-0VJ5

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST BALTIMORE
FPDS Organization Code
2100-W912DR
Source Organization Code
100221492
Last Updated
April 25, 2023
Last Updated By
yubaraj.rasaily@usace.army.mil
Archive Date
April 25, 2027