Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2011 FBO #3534
SOURCES SOUGHT

J -- Sources Sought for Electrical Transformer Refurbishment

Notice Date
7/27/2011
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-11-T-0126
 
Response Due
8/10/2011
 
Archive Date
10/9/2011
 
Point of Contact
Shaun A McAFee, 402-995-2061
 
E-Mail Address
USACE District, Omaha
(shaun.a.mcafee@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT SYNOPSIS. 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 SOLICITATIONFOR PROPOSALS AND NO CONTRACTSHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers - Omaha District has been tasked to solicit for and award a non-personnel services contract to provide TRANSFORMER REFURBISHMENT. Proposed project will be a Firm Fixed Price contract. The type of solicitation and contract 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. Notice Number: W9128F-11-T-0126 Title: Big Bend Transformer Refurbishment This is a Small Business Sources Sought notice (SS). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small business; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The NAICS code for the project is 238210 (or advise other). The small business size standard is $14.0 Million Background: Big Bend has two 13.8KV/480V, 1500KVA, LTC (on the secondary) transformers that feed station service power to the plant. Each transformer has their own 13.8KV supply through a vacuum breaker and cables. Each transformer feeds one side of the 480V station service through a bus duct to 480V breakers SS1 and SS2. The 480V station service side 1 and 2 can be tied together using SS3 breaker with one of breakers SS1 or SS2 open or racked out to supply power to plant through one transformer. Transformer tap changer controls have been replaced with Beckwith M-2280 controls. Purpose and Objectives: Contractor shall perform inspection, maintenance and electrical testing on two 1500KVA transformers with load tap changers as described herein. The work will be performed at the Big Bend Project, Ft. Thompson, South Dakota. Anticipated Period of Performance: The period of performance is 1 Oct 2011 through 30 June 2012, this performance period is extended to anticipate possible adverse weather conditions. Capability Statement/Information Sought: Respondents must provide, as part of their responses, information concerning (a) staff experience, including their availability, experience, and training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capabilities; and (e) examples of prior completed Government contracts, references, and other related information. Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement, as well as the eligible small business concern's name, point of contact, address and DUNS number. Information Submission Instructions: Interested Offerors shall respond to this Sources Sought Synopsis no later than 12:00 PM (CST) 10 Aug 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email your response to Shaun A. McAfee, Contract Specialist, Email address: shaun.a.mcafee@usace.army.mil EMAIL IS THE ONLY METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-11-T-0126/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02512544-W 20110729/110727235356-22b243902c1cf721ff68c9587ffde60d (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.