Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2011 FBO #3455
SPECIAL NOTICE

Z -- This is an Amendment to Sources Sought Announcement dated April 29, 2011. This Sources Sought is extended six (6) days.

Notice Date
5/9/2011
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S11R0015
 
Archive Date
5/8/2012
 
Point of Contact
lakisha holmes, 501-324-5720
 
E-Mail Address
USACE District, Little Rock
(lakisha.d.holmes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS AMENDED AND EXTENDED SEE BELOW For Refurbish Station Service Wicket Gates, Table Rock Powerhouse, Table Rock Lake, White River, Taney County, Branson, Missouri This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will 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 CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a project/procurement to include Refurbishing Station Service Wicket Gates at Table Rock Powerhouse, White County, Branson, Missouri. Proposed project will be a competitive, [Firm Fixed Type] contract. The type of solicitation to be issued 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 industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI if applicable to the procurement. The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE Contractor shall provide all personnel, equipment, supplies facilities, transportation, tools, materials, supervision and other items and non-personal services necessary to disassemble turbine, inspect wicket gate mechanism, replace existing turbine shaft sleeve, replace exiting bushings with self-lubricating bushings, remove existing Farval lubricating system, modify head cover and reassemble turbine and return the station service unit to operating condition. Magnitude of Construction is between $250,000 and $500,000 NAICS Code is 237990/ Small Business Size Standard $33.5 Millions Federal Service Code (FSC) is Z222 Award will be based on overall "Best Value" to the Government. Anticipated solicitation issuance date is on or about 01 July 2011, and the estimated proposal due date will be on or about 2 August 2011(dates are subject to change). The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. If you are a contractor and interested in performing the above service, please response to the requirement and limit your response to 3 to 4 pages. Please include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Experience: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, customer satisfaction and dollar value of the project. Minimum of 3 but not more than 5 similar jobs; at least two of the projects provided must be valued at/over $400,000. Personnel: The following key personnel will be necessary to perform in according with the contract specification: Project Manager, Safety Officer, Quality Control Manager and On-Site Project Superintendent. 3. Firm's capability to perform a contract of this magnitude and complexity. 4. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCU's 5. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 4:00pm 17 May 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to [Kisha Holmes], [US Army Corps of Engineer, 700 West Capitol Ave, Little Rock, AR 72203, (501)324-5196, Lakisha.D.Holmes@usace.army.mil EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S11R0015/listing.html)
 
Record
SN02442730-W 20110511/110509234040-750c4a2303e2651ffce19f96a36692a2 (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.