Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2020 SAM #6770
SOURCES SOUGHT

99 -- TURBINE GENERATORS, CENTRAL HEAT AND POWER PLANT (CHPP), EIELSON AFB, ALASKA (EIE443)

Notice Date
6/10/2020 10:15:42 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB20R0050-EIE443
 
Response Due
6/24/2020 3:00:00 PM
 
Archive Date
07/09/2020
 
Point of Contact
Michelle R Mandel, Phone: 9077532502, Fax: 9077532544, Yolanda M. Ikner, Phone: 9077532553
 
E-Mail Address
Michelle.R.Mandel@usace.army.mil, yolanda.m.ikner@usace.army.mil
(Michelle.R.Mandel@usace.army.mil, yolanda.m.ikner@usace.army.mil)
 
Description
TURBINE GENERATORS, CENTRAL HEAT AND POWER PLANT (CHPP), EIELSON AFB, ALASKA (EIE443) � THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� The US Army Engineer District, Alaska is conducting market research to facilitate�a determination of acquisition strategy.� The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. �The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work: The selected contractor is required to have sufficient staff, flexibility, and capability to be available on an as-needed basis.� Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to repair by replacement existing #1 and #2 Turbine Generators with a new 10MW extracting stage steam turbine generator, to include all auxiliary systems. �The project will replace both existing units utilizing economical design and construction methods to accommodate the mission of the facility.� Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC 1-200-01 and UFC 1-200- 02). The facility must also be able to withstand wind loads and seismic effects as prescribed in applicable codes and design guides. Project shall meet all federal & state environmental regulations, including emissions discharge limits and disposal. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The estimated dollar magnitude of this project is anticipated between $10,000,000 and $25,000,000.� The performance period will is estimated to be between 540 - 720 calendar days. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The applicable North American Industry Classification System (NAICS) code is 238220. �The small business size standard for this NAICS Code is $16.5 Million.� THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. �All interested firms are encouraged to respond to this announcement no later than 23 June 2020, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Ikner), PO Box 6898, JBER, AK 99506-0898 or via email to yolanda.m.ikner@usace.army.mil Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. All technical evaluation factors and sub-factors have not been assigned at this time. Past performance of responders will be evaluated. Packages should include the following information: (1)� Business name, address, point of contact, phone number, e-mail address, and business size under NAICS 238220. (2)� Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)) (3)� Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past six (6) years.� List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project, work that was self-performed, and customer satisfaction. (4)� Provide firm's single project, and aggregate bonding limit and information on the organizational and financial resources available to perform the required work. (5)� Offerors interest in proposing on the solicitation when issued. (6)� Offerors Joint Venture information, if applicable, existing and potential. (7)� Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered.� Beta.sam registration, as required by FAR 4.1102 and 4.1201, will apply to this procurement.� Prospective contractors must be registered prior to award. �Lack of registration in the beta.sam database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.beta.sam.gov ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d5c58d5598c54e4ba4e9865eb2142b37/view)
 
Place of Performance
Address: Eielson AFB, AK 99702, USA
Zip Code: 99702
Country: USA
 
Record
SN05686639-F 20200612/200610230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.