SOURCES SOUGHT
Y -- Single Award Task-Order (SATOC) for Lakes and Dams General Construction and Design/Build Construction
- Notice Date
- 12/8/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN11R0013
- Response Due
- 12/15/2010
- Archive Date
- 2/13/2011
- Point of Contact
- sandra savage, 912-652-5400
- E-Mail Address
-
USACE District, Savannah
(sandra.g.savage@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The Savannah District, US Army Corps of Engineers is seeking qualified Small Businesses that qualify under the North American Industry Classification System (NAICS) Code 236220 - General Construction for the following requirement: Single Award Task-Order Contract (SATOC) for Lakes and Dams General Construction and Design/Build Construction is intended to provide rapid response to remediation of real property for new construction, rehabilitation, maintenance or repair of situations relating, but not limited to, general construction, civil, mechanical, plumbing, structural, electrical, HVAC, utility systems, instrumentation, security and safety construction for Government Lakes and Dams facilities in a cost effective manner. Task orders for construction, design-build, equipment repair, equipment replacement or installation of GFE (Government Furnished Equipment) may be placed against the contract. This announcement is part of our market research, and responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including Service Disabled Veteran Owned and 8(a) small businesses under NAICS Code 236220, are hereby invited to submit a response to the market survey to demonstrate their technical, managerial, and business capability to provide the requested services. The work may include, but not be limited to: Facility Construction New construction, studies/inspections, maintenance, rehabilitation, repair, and replacement of mechanical & electrical equipment and systems. All work will be civil works projects to include but not limited to work performed at Hydropower Generating Facilities, Lock and Dams, Oxygen Plants, Natural Resources & Recreational Facilities (e.g. comfort stations, gate attendant stations, camp sites), Storage Facilities, overhead cranes, gates (e.g. head, spillway, etc...), and Office Facilities. Roofs: New, replacement and repair of roof and roofing systems. Work will include but shall not be limited to gutters, downspouts, flashing, fascia and soffits. Incidental damage (e.g. ceiling replacement, painting and carpet cleaning) as a result of roof leaks. Anti-Terrorism Force Protection of new and existing facilities: Building and site security for both new and retrofit construction (e.g. site layout, security design, building construction, security equipment, threat development, level of protection, and design constraints and communications) Horizontal Construction: Work can also include the following, but not be limited to: Roads, streets, concrete/asphalt aprons, sidewalks, landscaping, sodding, pedestrian bridges, parking lots, traffic lines and traffic markings. Site preparation, clearing & grubbing, surveying, fencing, storm water management and erosion control. Mechanical & Electrical Construction: Work can also include, but not be limited to the following: HVAC systems, plumbing systems, waste water drainage systems, fire alarm, fire protection sprinkler systems, fire suppression systems, back flow preventers, all devices, equipment and components associated with constructing and installing these systems. Installation of and experience with hydraulic valves, transformers, compressors including motors, generator equipment including coils, switchgear. Work will also include instrumentation replacement and upgrades. Work may include incidental damage (e.g. electronic components replacement) as a result of lightning strikes. Work may include but not be limited to the following: Interior/exterior utility systems & lines, interior/exterior high & low voltage electrical lines, communication lines, (telephone & data lines). Communication systems, security, security camera systems and cabling. Design, installation, rehabilitation and testing of new and existing emergency generator systems, elevator upgrades, switchgear with new electrical equipment (e.g. breakers), automatic transfer switches, and emergency power connections into existing electrical systems. Incidental Work: This work shall include, but is not be limited to: Demolition services incidental to the tasks performed in any of the above paragraphs, carpentry, painting, & lighting including fixtures, and similar minor electrical work that may be required to provide a complete, safe and usable facility during and after the course of mechanical, plumbing services. Testing, reports and surveys associated with new construction, renovation, rehabilitation of, repairs and additions to, facilities and buildings (including lead and asbestos), structures, roads (including traffic/pedestrian patterns), drainage systems, mechanical systems and utility systems. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Receipt of potential Offerors Project Information Sheets shall be no later than 15 December 2010 Reponses to this sources sought maybe faxed, the attention of Sandra Savage at (912) 652-6061, mailed to U.S. Army Corps of Engineers, Savannah District, Contracting Division, 100 West Oglethorpe Avenue, Savannah, Georgia 31401 or sent via email to Sandra.G.Savage@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. You must be registered in the Central Contractor's Registration (CCR) in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 236220 and the Small Business size standard is $33.5M. Contractual questions should be forwarded to Sandra Savage via sandra.g.savage@usace.army.mil or 912-652-5400.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN11R0013/listing.html)
- Place of Performance
- Address: USACE District, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Zip Code: 31402-0889
- Record
- SN02340851-W 20101210/101208234312-227cf2cc60efb4b0e4b3e1be60850dd1 (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 |