Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2018 FBO #5938
SOURCES SOUGHT

Z -- JBMDL Electrical Distribution Repair

Notice Date
2/23/2018
 
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, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-18-R-TBD
 
Archive Date
3/27/2018
 
Point of Contact
Joseph R. Manney, Phone: 2156566763, Kellee J. Haye, Phone: 2156566924
 
E-Mail Address
joseph.r.manney@usace.army.mil, Kellee.J.Haye@usace.army.mil
(joseph.r.manney@usace.army.mil, Kellee.J.Haye@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The U.S. Army Corps of Engineers, Philadelphia District, is conducting market research to identify potential certified Small Business sources in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HubZone Small Business (HubZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability of performing the Repair of an Electrical Distribution System at Buildings 194 and 195 on Joint Base McGuuire-Dix-Lakehurt (a restricted access installation). The magnitude of this construction project will be between $10,000,000 and $25,000,000. DESCRIPTION: The contractor shall provide all plant, supervision, management, quality control, labor, tools, equipment, appliances, and materials, and perform all work necessary to replace the base 2.4kV electrical distribution system with a 12.47 kV system in the vicinity of Building 15 and the main base and in the vicinity of Bldgs. 194 and 195 (hangars 5 &6). Work includes new manholes, underground duct banks, pad mount transformers, pad mounted switchgear, and all other pertinent support equipment necessary to make the new electrical distribution system fully functional. Remove all 2.4kV & 4.16V circuits in this area, including manholes, transformers and switches. This project shall be performed in strict accordance with the specifications and drawings forming parts thereof, subject to the terms and conditions of the contract. The contract duration for construction is anticipated at approximately 730-calendar days. TYPE OF CONTRACT AND NAICS: This is a sources sought notice only. The North American Industry Classification System (NAICS) Code is 237130 with a Small Business Size Standard of $36.5 million. TYPE OF SET-ASIDE: N/A. The purpose of this solicitation is to identify potential certified Small Business sources. CONSTRUCTION MAGNITUDE: The magnitude of this construction project will be between $10,000,000 and $25,000,000. SUBMISSION: All interested Small Business contractors should respond to this survey by email no later than 12 March 2018 at 12:00 pm Eastern Time. Responses must include identification and verification of the company's small business status. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references. The Capability Statements shall not exceed fifteen (15) pages, following the set format described below. Respondents must include references and a Capability Statement for at least two (2) and a maximum of five (5) completed projects within the last seven (7) years that are similar to the construction work and of similar size, scope and complexity (adjusted for inflation) of this notice. 1. REFERENCES. Each reference shall include the organization name and title, telephone number, and point of contact. 2. CAPABILITY STATEMENT. Provide evidence of sufficient available bonding capacity with the bonding company name, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The Capability Statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: Submit a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. All responses shall include: (1) Numbers of contracts and indicate whether your participation 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 construction services described herein. (2) Company Profile to include number of employees, office locations(s), available bonding capacity, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON 12 MARCH 2018 BY 12:00 PM EASTERN TIME. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by email to the following address: joseph.r.manney@usace.army.mil. Questions or comments regarding this notice may also be addressed by email to joseph.r.manney@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-18-R-TBD/listing.html)
 
Record
SN04832816-W 20180225/180223231247-4953136fc231848c444f5ed39d6bf2d2 (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.