Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2010 FBO #3163
SOURCES SOUGHT

Z -- Renovate Non-destructive Fluorescent Penetrant Inspection Facilities, Building 3001, Tinker AFB, OK.

Notice Date
7/21/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-10-R-2029
 
Response Due
8/2/2010
 
Archive Date
10/1/2010
 
Point of Contact
tinacox, 9186697088
 
E-Mail Address
USACE District, Tulsa
(tina.a.cox@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACTSHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Tulsa District has been tasked to solicit for and award a project to include the NDI/FPI project located on Tinker AFB, Oklahoma inside B3001. Proposed project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Communityto include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Interested parties must be registered in the Central Contractor Registration (CCR), online at HTTP://www.ccr.gov and must also register at the Online Representations and Certifications Applications (ORCA) website at HTTP://orca.bpn.gov/. Requirement: The Case Nondestructive Inspection (NDI) fluorescent penetrant inspection (FPI) system utilizes an overhead power and free conveyer system, spray booths, rinse tunnels and various other equipment in the daily process of part inspections. The FPI system requires inspection / repair and replacement of various equipment items, some of which requires minor construction on site. The system transports engine components to various work areas for FPI processing. Items to be installed new, repaired, refurbished or replaced include but not limited to: conveyer chain, trolleys, chain dogs, rollers, caterpillar drive system, automated sensors, variable frequency controllers, software upgrades, software programming, parts elevator, hoist, computer cabinets, penetrant distribution center, emulsifier distribution center, drum warning devices, spay booths (developer and emulsification), holding tank, lighting, booth openings, ventilation (supply and return), diffusers, waterfall, electrostatic spray system, push and forget button, drip tray, water flush system, compressed dry air, drying system, pre & post rinse zone, tankless water heater and roll-up door. Estimated Construction Range: Between $1,000,000 & $5,000,000. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Should a solicitation be issued, award will be based on overall Best Value to the Government. Anticipated solicitation issuance is not available at this time. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offerors capability to meet design personnel requirements. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute design and construction, comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) Offerors Joint Venture information if applicable existing and potential Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 09:00 AM (CST) 2 August 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Ms. Tina Cox, Contract Specialist, USACE- Tulsa District, ATTN: CESWT-CT-E, 1645 S. 101ST E. AVE, TULSA, OK 74128, FAX No. (918) 669-7495, Email address: tina.a.cox@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-10-R-2029/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN02212915-W 20100723/100721235207-ec067fdb55d47f60e485ab9bde4be672 (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.