Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2014 FBO #4466
SOURCES SOUGHT

Y -- Repair and Relocate 115KV Transmission Line - Draft SOW FTFA07-1195 - Location Plan

Notice Date
2/13/2014
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FTFA07-1195
 
Archive Date
2/28/2014
 
Point of Contact
Christine Young, Phone: 850-882-9120, Susan Riley, Phone: 850-882-5628
 
E-Mail Address
christine.young.2@us.af.mil, susan.riley.2@us.af.mil
(christine.young.2@us.af.mil, susan.riley.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Partial Site Plan: Clear Zone/APZ I Location Plan - Partial Site Plan for clear zone area Draft Statement of Work, Repair and Relocate 115KV Transmission Line The purpose of this Sources Sought Notice is to identify qualified small business concerns that are interested in and capable of performing the work described herein, and posted as a market research tool only. Eglin AFB FL is contemplating a firm-fixed price design build construction contract to Remove existing 115KV transmission line and wood poles, from Valparaiso substation to Main Base substation. Distance between Valparaiso substation and Main Base substation is approximately 3 miles. New 115KV transmission line shall be rerouted overhead where possible to avoid the Clear Zone and routed underground where not possible to avoid the Clear Zone. Both the overhead and underground 115KV transmission line routing must be agreed to and approved by the government. Project is sited in a 100 year flood plain. See attached draft Statement of Work dated 5 Feb 2014. The magnitude of construction is between $5,000,000 and $10,000,000. The NAICS code applicable to this requirement is 237130, with a small business standard of $33.5. If awarded, the project duration is expected to be approximately 365 calendar days. Capability Statement Requested: We are requesting that all interested and qualified small businesses respond to this sources sought notice with a capability statement, not to exceed fifteen (15) double sided sheets of paper. At a minimum, the capability statement shall include the following: 1. Offeror's name, address, point of contact, phone number, and e-mail address. 2. Offeror's Cage Code and DUNS number. 3. Offeror's confirmation of interest in bidding on the solicitation when it is issued. 4. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, comparable work performed on 115KV transmission line systems within the past five (5) years, brief description of the project, customer name, timeliness of performance/met or exceeded the required completion date, customer satisfaction, and total dollar value of the project); provide at least 2 examples of 100% construction complete projects and provide a current client point of contact information for each. 5. Offeror's experience working with any similar projects involving the reconstruction, repair and or installation of 115KV transmission lines that involve overhead and underground installations, architectural-engineering disciplines and multiple sub-contractors. Offerors are required to list 115KV transmission line work to include both overhead and underground 115KV transmission line work they have personally performed which was done in compliance with specification AEIC S9. Offerors are also required to list 115KV transmission line work involving both overhead and underground 115KV transmission line work they have personally done that involved building a new 115KV transmission line while at the same time keeping the existing 115KV transmission energized and operational. 6. A statement of the portion, by a percentage, of the work that will be self-performed on this project, and how it will be accomplished; include a statement of the number of subcontractors by discipline. 7. Offeror's Joint Venture information, if applicable - existing and potential. 8. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 9. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) The Government will utilize this information in determining the best acquisition strategy for this acquisition. Please state all of the socio-economic categories in which your company belongs (ie. 8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned, etc.). Your capabilities statement MUST be submitted electronically via US mail or email. Each email sent must not exceed 10MG size or it will not be received. Please request an email ‘delivery receipt' of your email to verify delivery. Submissions shall be sent via email to: christine.young.1@us.af.mil. Submissions that are mailed go to: AFTC/PZIOC, ATTN: Chris Young, Contracting Office, 308 West D Ave, Suite 130, Eglin AFB, FL 32542-5418. This sources sought shall not be construed in any manner to be an obligation of Eglin AFB, FL to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. The Point of Contact for this notice is Ms. Christine Young, (850) 882-9120; email: christine.young.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/26a6b2195a35775248a2eac0da94c155)
 
Place of Performance
Address: AFTC/PZIOC, 308 West D Ave, Suite 130, Eglin AFB, Florida, 32542-5418, United States
Zip Code: 32542-5418
 
Record
SN03288485-W 20140215/140213234227-26a6b2195a35775248a2eac0da94c155 (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.