Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOLICITATION NOTICE

Z -- John Day Control Room Fire Protection

Notice Date
7/8/2020 12:24:19 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N-20-R-0037
 
Response Due
7/12/2020 5:00:00 PM
 
Archive Date
07/27/2020
 
Point of Contact
Cory Pfenning
 
E-Mail Address
cory.r.pfenning@usace.army.mil
(cory.r.pfenning@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS The U.S. Army Corps of Engineer (USACE) Portland District intends to solicit construction firms who are interested in submitting a competitive firm-fixed-price proposal for this project. This PRESOLICITATION announcement is for the construction/modification of the John Day Control Room Fire Protection located at the John Day Lock and Dam in Klickitat County, WA. Project Scope: �This is a construction project to lengthen tenability of the control room for controlled shutdown and emergency operation of the John Day powerhouse. The control room and its emergency egress will be fire hardened and have positive pressurization from an external independent air supply. A master fire alarm control panel and control room operator interface, and multiple fire status annunciation panels at key egress locations will be installed to provide annunciation of fire events from the powerhouse. Fire and smoke detection will be installed in the most critical areas. The work focuses on implementation of fire detection and control room modifications to ensure tenability and emergency egress from the control room during a fire event. Acquisition Strategy: This acquisition will be solicited in accordance with FAR 15 Contracting by Negotiation.� The contract will be awarded using the provisions of FAR 15 utilizing �Best Value/Trade-Off Analysis� procedures. Based on the Best Value/Trade-Off Analysis, the Government expects award will be made to the Offeror proposing a combination of technical, past performance, and cost factors, which offer the best value to the Government. This acquisition will result in a single fixed-price contract. Magnitude of Construction: The estimated cost of the project is between $5,000,000 and $10,000,000. Set Asides and Codes: This is a Total Small Business set-aside (FAR 19.5). The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990 - Other Heavy and Civil Engineering Construction. The related size standard is $36.5M. The FSC is Z2KA Repair or Alteration of Dams.������������� Proposal Procedures: The solicitation will be posted on beta.SAM.gov website once it is issued. Firms are requested to register electronically to receive a copy of the solicitation when it is issued. Proposal Period: The solicitation is tentatively scheduled for release on or about 25 July 2020. The tentative date for receipt of proposals is on or about 25 August 2020. Plans and Specifications: The Plans and Specifications will also be posted on beta.SAM.gov website once it is issued. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to submission of proposals and prior to receiving an award. Point of Contact: The USACE-NWP Contracting Office will be the sole point of contact for this action. E-mail responses to the Primary Point of Contact, Cory Pfenning at cory.r.pfenning@usace.army.mil. E-mail is the preferred method for receiving responses to this pre-solicitation notice. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON beta.SAM.gov ON OR ABOUT 25 July 2020. THIS NOTICE IS NOT AN REQUEST FOR PROPOSALS, AND ANY PROPOSALS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. For Small Business questions that do not apply to this project you can contact: Carol McIntyre, Small Business Specialist, USACE, Portland District, 503-808-4602 carol.a.mcintyre@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63154ebd11f040ef9f7e607f848a5d6d/view)
 
Place of Performance
Address: Goldendale, WA 98620, USA
Zip Code: 98620
Country: USA
 
Record
SN05714833-F 20200710/200708230142 (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.