Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOURCES SOUGHT

43 -- RECOVERY--43--PROJECT NUMBER 8840, Harry S Truman Dam And Reservoir, MO Harry S Truman Dam and Reservoir Powerhouse, MO. Seeks SOURCES SOUGHT for a Firm Fixed Price Contract for two (2) replacement governor pumps for the generating units.

Notice Date
2/22/2010
 
Notice Type
Sources Sought
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-T-0011
 
Response Due
2/26/2010
 
Archive Date
4/27/2010
 
Point of Contact
James D. Kindle, 660-438-7317
 
E-Mail Address
USACE District, Kansas City
(james.d.kindle@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: for Firm Fixed Price Type Contract for replacement governor pumps at Truman Lake Powerhouse, Missouri. The U.S. Army Corps of Engineer Harry S Truman Lake Project is conducting market research for a supply, which consists of replacement of governor pumps. This market research is being conducted under North American Industrial Classification Systems (NAICS) code 333911. Please ensure this NAICS code is incorporated in your current CCR profile at www.ccr.gov. SAMPLE SCOPE OF WORK These governor pumps are to replace existing governor pumps in Harry S Truman Powerplant. The pumps must be compatible to the G6UVF-218 3 Screw IMO Pump Submittal Requirements: This sources sought notice is solely for the Governments use as a market research tool. As such, the issuance of a competitive solicitation is NOT guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than February 26th, 2010 by 16:00 (CST). The response to this notice shall be in summary format and shall not exceed twenty (10) pages. All attachments must be provided in either Microsoft Word (.doc) or Adobe Acrobat (.pdf) format. At a minimum, the following must be provided: 1. Company name; 2. Company mailing address; 3. Point(s) of Contact including Telephone Number(s) & E-mail Address(es); 4. Companys current small business category (Small Business, HUBZone, Service Disabled Veteran Owned, and/or 8(a)) as it relates to (NAICS) Code 333911; 5. A capabilities statement of your firms capacity to meet this requirement to include any similar projects performed over the last two (2) years; If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423, Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications (ORCA). To do so requires CCR registration, including an MPIN number. Instructions for completing the ORCA registration may be obtained, and required information may be entered at http://orca.bpn.gov. Per the direction of FAR 4.5 Electronic Commerce in Contracting, the Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to james.d.kindle@usace.army.mil. Responses via FAX or traditional mail will not be accepted. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation; however, a lack of interest in this requirement may keep this effort from moving forward competitively. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-T-0011/listing.html)
 
Place of Performance
Address: USACE District, Kansas City, Harry S Truman Lake Project 15968 Truman Road Warsaw MO
Zip Code: 65355
 
Record
SN02070992-W 20100224/100222235648-5f9e6885410ff982aedd84eece2e3b21 (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.