Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2015 FBO #4865
DOCUMENT

Y -- REPLACEMENT OF MISSION CRITICAL ELECTRICAL EQUIPMENT FOR INFORMATION DOMINANCE CORPS CENTERS, VARIOUS LOCATIONS CONUS - Attachment

Notice Date
3/19/2015
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247015R5015
 
Response Due
4/2/2015
 
Archive Date
4/17/2015
 
Point of Contact
Heather Race
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE REPLACEMENT OF MISSION CRITICAL ELECTRICAL EQUIPMENT INFORMATION DOMINANCE CORPS CENTERS, VARIOUS LOCATIONS CONUS Notice Type: Sources Sought Solicitation: N62470-15-R-5015 Date: March 19, 2015 Response Date: April 2, 2015 2:00 PM EDT Classification Code: Y-Construction of Structures/Facilities NAICS Code: 237130 Power and Communication Line and Related Structures Construction This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Atlantic to facilitate the decision making process. This is a survey of the market of potential Small Businesses (SB), U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. NAVFAC Atlantic is seeking Small Businesses (SB), U.S. Small Business Administration (SBA)certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) capable of performing the design and construction of: Replacement of Mission Critical Electrical Equipment (Generator, Automatic Transfer Switch (ATS), and Uninterruptible Power Supply (UPS)) at the Information Dominance Corps Centers. The centers are located in the following locations: Denver, CO; Detroit, MI; Fort Worth, TX; Jacksonville, FL; Millington, TN; Minneapolis, MN; New Orleans, LA; and San Diego, CA. The estimated contract value is between $1,000,000 and $5,000,000. All Small Businesses (SB), U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. The appropriate NAICS Code is 237130 and the small business size standard is $36,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages single-sided or 5 pages double-sided in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services. Project Description: This project requires the replacement of the existing building generator, ATS, and UPS for nine different project sites at eight different military installations. Two of the project sites are located in Fort Worth, TX. The existing generator, UPS and ATS that are to be replaced will be salvaged and turned over to the US government. The new generators (250 kW and larger) will be self-contained outdoor package units equipped with integral fuel tanks. The new automatic transfer switches (600 amperes and larger) will be 4-pole type and equipped with the maintenance bypass/isolation feature. The new UPS units (160 kVA and larger) will consist of a UPS module, battery system, static bypass transfer switch, controls and monitoring. The UPS units will have the same input and output voltage. A new dry type transformer will be required for systems that require a different voltage downstream of the UPS unit. The Jacksonville center will require the replacement of two computer room air conditioning (CRAC) units. Work will include structural modifications to existing generator concrete pads, mechanical and plumbing work associated with the installation of the new CRAC units, and extensive electrical work for the installation of the new generators, ATS, and UPS units. Commissioning of all electrical and mechanical equipment will be required as part of this project. Operation and maintenance documentation for all electrical and mechanical equipment will be required as part of this project. The capabilities statement shall address, as a minimum, the following: (1) Relevant Experience: Provide no more than two (2) projects, to include experience in performing efforts of similar value, size, and scope within the last five (5) years, including contract number, indication of whether performed as a prime or subcontractor, contract value, Government/Agency point of contact, and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. No more than two relevant projects shall be submitted. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. (3) Statement regarding available bonding capacity; must be able to bond up to the estimated contract value of this project. The Government reserves the right to request additional information as needed, from any and all respondents The package shall be sent by email to Heather Race at: heather.race@navy.mil. Package must be received no later than 2:00 PM EDT on 2 April 2015. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to Heather Race via electronic mail (email) at heather.race@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247015R5015/listing.html)
 
Document(s)
Attachment
 
File Name: N6247015R5015_Sources_Sought_15-5015_(final).pdf (https://www.neco.navy.mil/synopsis_file/N6247015R5015_Sources_Sought_15-5015_(final).pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247015R5015_Sources_Sought_15-5015_(final).pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03672987-W 20150321/150319235129-01db31bb8d1a641a8cade1a0d742dc87 (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.