Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2014 FBO #4697
SOURCES SOUGHT

Z -- Poplar Island Electrical Upgrades

Notice Date
10/2/2014
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-S-0002
 
Archive Date
2/2/2015
 
Point of Contact
Christina Sale, Phone: 410-962-3526, Shermaine D. Malone, Phone: 4109620174
 
E-Mail Address
Christina.Sale@usace.army.mil, shermaine.d.malone@usace.army.mil
(Christina.Sale@usace.army.mil, shermaine.d.malone@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NAICS: 237130 Size Standard: $36.5M This is a Sources Sought Notice and is information for market research purposes only to determine the availability of potentially qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential contract for Poplar Island Electrical Upgrades. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Background The electrical system on Poplar Island ranges from two to thirteen years old. The original intent was to serve a maintenance building and an operations building. Neither the operations or maintenance building were built, however a series of trailers were put in place of the operations building and a pre-fabricated metal building were put in place of the maintenance building. The electrical system was designed to provide additional power for other miscellaneous items like pumps, compressors and a fuel farm. All of the medium voltage cables have a 35 kV rating. The system is backed up by two diesel powered generators which service the pre-fabricated buildings, trailers, and fuel farm. Requirements The purpose of this project is to rectify/upgrade the existing electrical system. At the end of the upgrade process, a report will be generated documenting the existing system, summarizing the rectification/upgrade performed, and the results of any tests performed after upgrades have been completed. The one-line should be included and updated in the report to reflect changes to the existing system and revise any incorrect portions in the existing one-line. A one-line diagram shall be updated to provide a complete and accurate representation of the system. The contractor must be experienced working with MEDIUM to HIGH VOLTAGE systems. Electrical work shall be performed by Qualified Personnel with verifiable credentials who are familiar with applicable code requirements. Verifiable credentials consist of Federal, State, l and/or Local Certifications or Licenses that a Master or Journeyman Electrician may hold, depending on work being performed, and should be identified in the appropriate AHA. Small businesses pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified 8(a) or Women-Owned Small Business (WOSB). Qualified Small Businesses-Please submit the following information: 1. Company name, address, phone number and email address of the point of contact. 2. Indicate business size in relation to NAICS Code 237130. Provide your company's System For Award Management (SAM) Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at the time of bid/proposal due date. Please see www.sam.gov for additional registration information. 3. Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in the type of work at the contract value in similar type of location. 4. Provide at least two (2) but nore than three (3) examples of projects similar to requirements described above within the past six (6) years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding your maximum bonding capability for a single contract action and aggregate bonding capability of the interested small business prime contractor. 6. Total submittal shall be no longer than ten (10) pages in one (1).pdf file Double sided pages will count as two (2) separate pages. 7. Email responses are required. This sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. All information will be considered procurement sensitive and is being used as a market research tool only. Responses are to be sent via email to shermaine.d.malone@usace.army.mil no later than 1:00pm, October 9, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-S-0002/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore District, 10 South Howard Street, Room 7000, Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN03540779-W 20141004/141002234734-af4adba8977bd973f3a6ce3380c7a5b1 (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.