Skip to main content

An official website of the United States government

You have 2 new alerts

Z--317515 Replace Park Water Systems

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: May 19, 2022 04:22 pm EDT
  • Original Response Date: May 31, 2022 06:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. No proposal package, solicitation, specification or drawings are available with this announcement. Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. If you choose to submit a package, clearly identify the park and project on your package (BIBE 317515 ¿ Replace Park Water Systems) and identify your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, or Small).

Your email capability information MUST be 6 pages or less and be SPECIFIC to the scope provided. You must also provide a letter from your bonding company verifying your bonding levels.

Your response is due no later than 2:00 pm Mountain Time on May 27, 2022.

The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc.¿see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. All firms should be registered and certified in www.SAM.gov.

Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011.

Send your email responses to Jason Longshore, Jason_longshore@nps.gov.

Analysis of the quality of responses to this sources sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement.

Big Bend National Park Water Distribution Systems Improvements
NAICS Code: 237110 ¿ Water and Sewer Line Related Structures
Estimated Cost Range: $35M
Estimated Period of Performance: 10/01/2022 - 09/30/2024

Project Description:

This project will be accomplished via a design-build (DB) project delivery method. Using this method, prospective DB contractors will be required to engage with qualified architects and engineers (A/E) to fully develop construction documents and facilitate all corresponding construction related activities. All design-build products and deliverables must comply with Denver Service Center workflow requirements and standards, which are available online at https://www.nps.gov/dsc/workflows/index.htm.

The Water Distribution Systems Improvements will address several deferred maintenance deficiencies at multiple locations within Big Bend National Park. Work will occur in four geographic locations including: Chisos Basin, Oak Springs, Panther Junction and Rio Grande Village. Below are brief scoping narratives describing the problems which this project will address and the general construction elements for each portion of the project:

Water Distribution Systems Improvements

This portion of the project will replace/rehabilitate and/or upgrade water source, water treatment, and water distribution infrastructure associated with three public water systems (PWS): Chisos Basin PWS, Panther Junction PWS and Rio Grande Village PWS. Due to increased demand and deferred maintenance, these systems require rehabilitation of treatment systems and treatment facilities, rehabilitation/repair of storage tanks, correction of performance and monitoring issues and upgrades to metering/monitoring systems. Removal and replacement of distribution piping and appurtenances is required in order to address outdated and leaking elements throughout these systems, and replacement of certain portions of the systems with larger diameter piping is required to accommodate increased demands and fire suppression flow requirements.

The goals of this project are to provide Big Bend National Park with reliable water systems which will meet or exceed flow capacity requirements for domestic water and fire protection for years to come, allow staff to streamline the monitoring and oversight of these systems and significantly reduce service disruptions and operation and maintenance costs.

In aggregate, this project will accomplish the following:

¿ Rehabilitates/improves 3 water systems Oak Springs, Chisos Basin, and Panther Junction;
¿ Rehabilitation of chlorination buildings;
¿ Replacement/expansion of water storage, replacing 95,530 LF of outdated/leaking distribution lines, valves, reduced pressure assemblies, water fill stations, and fire hydrants
¿ Upgrade to 8¿ pipes for adequate domestic/firefighting water.
¿ Replace 16,000 LF outdated pipeline from spring to Chisos Basin.
¿ Upgrade water meters to remote read smart meters.
¿ Replace SCADA systems at Oak Springs and add at Panther Junction.

Chisos Basin Public Water System, which is part of the Water Distribution Systems Improvements portion of this project, serves the same buildings and shares the same geographical footprint as the Chisos Mountains Lodge Replacement, which is also a requirement that will be solicited in FY22, the design, planning, scheduling and sequencing of the work will present challenges associated with the efficient and effective coordination and performance of multiple work activities simultaneously within staging and construction areas which are limited in size.

*************************************************************************************Firms interested in the project should possess the following specialized skills and experience and address these specialized skills and experience in their responses to this Notice, a submission of no more than five (5) projects shall suffice to show experience and skills. The projects submitted to demonstrate the Contractor¿s experience shall be of similar scope and magnitude as this project.

Contractors shall demonstrate experience with design build projects to include relationships with Architecture and Engineering (A/E) firms and successfully utilizing the design build construction method. Contractors shall describe how their experience is relevant to this project. These projects shall demonstrate the following:

1) Experience performing the following work:
a. Facilitating development of quality professional design packages for commercial buildings and utility systems in a design-build relationship with A/E design teams.
b. Construction and Rehabilitation of Potable Water Systems to include Distribution, Potable Storage, Pressure Zones, Pump Stations and treatment facilities.
c. Installation and Commissioning of SCADA systems.
d. Successfully performing construction projects of similar scope and magnitude located in remote locations and/or which involved maintaining owner operations on sites with highly constrained work limits of disturbance.
e. Successfully performing construction in locations which contained sensitive cultural (archaeological, historical) and natural resources.

Bonding Capability
Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity in an amount of $40M+.

Please annotate your DUNS and UEI ¿ Unique Identity Number on your capability statement.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History