Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2008 FBO #2256
SOLICITATION NOTICE

Z -- SCADA for remote operation of two pump stations and additional automation of pumps at five existing existing safe rooms/pump stations Jefferson Parish.

Notice Date
1/28/2008
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-08-R-0020
 
Response Due
3/4/2008
 
Archive Date
5/3/2008
 
Point of Contact
Mary C. Dumas, 504.862.2146
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans
(mary.c.dumas2@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The U. S. Army Corps of Engineers, Hurricane Protection Office  New Orleans, is seeking firms for the Remote Operation of Two Hurricane Station and Additional Automation of Pumps at Five Existing Safe Rooms/Pump Stations located in New Orleans and o ther Parishes in the vicinity. The work consists of furnishing all labor, materials, vehicles, equipment, tools, insurance, supervision, and transportation for: Remote operation of two pump stations and additional automation of pumps at five other p ump stations in Jefferson Parish, Louisiana. 1. Remote Operation of Two Pump Stations  The two pump stations that are to be converted from manual to remote operation are the Parish Line, 3100 Grand Lake Blvd., Kenner, LA 70065 and Westminster, 2050 Watling Drive, Marrero, LA 70072 stations. 2. Additional Automation at Five Pump Stations with Existing Safe Rooms  The five pump stations with existing safe rooms that require additional automation are Bonnabel, 1500 Bever ly Gardens Drive, Metairie, LA 70002; Suburban, 4800 Lake Villa Drive, LA 70006; Elmwood, 5400 Caryota Drive, Metairie, LA 70003; Duncan, 1800 Joe Yenni Blvd., Kenner, LA 70065; and Ames, 5100 Rochester Drive, Marrero, LA 70072. The NAICS code fo r this requirement is 238210. The SBA size standard is $13.Million. A Request for Proposal (RFP) will be issued IAW FAR subpart 15.2 and FAR 36.214-2. There will be no public bid opening. The basis for award will be Best Value technique. The magnitude of this project is between $5,000,000.00 and $10,000,000.00. This acquisition is being considered for a HUB Zone set-aside. If your firm is HUB Zone certified and intends to submit a proposal on this acquisition, you MUST provide the following informatio n to the Contracting Officer no later than ten (10) days after publication of this notice: (a) SBA Certification of HUB Zone eligibility; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent relev ant experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts with telephone numbers; and (d) evidence of bonding capability, to include total $ maximum bonding capacity. In the event two or more responsible HUB Zone firms positively respond to this synopsis, then the acquisition will be set-aside for HUB Zone firms. Should fewer than two responsible HUB Zone firms respond to this synopsis, the solicitation will be issued unrestricted pursuant to the Small Business Competitiveness Demonstration Program. Official notice of either HUB Zone set-aside or Small Business Competitiveness Demonstration Program will be provided in the posted IFB. In accordance with FAR 19.1307, the price evalu ation adjustment would apply to any HUB Zone that responded to an unrestricted competitive solicitation. The solicitation package is expected to be issued on or about February 12, 2008. The closing date and time for submission of offers will be contained in the subsequent solicitation package. Submission Date will also be provided in solicitation. The solicitation documents for this procurement will be posted via Federal Technical Data Solutions (FEDTEDs) System ( https://www.Fedteds.gov). Int erested bidders must register with Fed Teds before accessing system. You are advised that FEDTEDS currently does not have a Plan Holder List capability. You are advised to register as a interested vendor in FEBizops (www.fbo.gov). You are respons ible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading your own copy of the solicitation package. You will need Adobe Acrobat Reader for .pdf files (www.adobe.com) in order to ope n most files posted. You are encouraged, for marketing purposes, to register as in Interested Vendor in FedBizOps as well. ALL interested parties MUST be regi stered in the Central Contractor Registration (CCR) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register on-line at http://www.ccr.gov/index.cfm. To register with ORCA, you may go online at http://www.bpn.gov/orca/. You are advised to direct any questions regarding this synopsis to the Contract Specialist listed under the Poin t of Contact section of this announcement.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01494163-W 20080130/080128224713 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.