Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOURCES SOUGHT

N -- Columbia Lock and Dam � Relief Well Pump Automation

Notice Date
5/5/2021 3:32:01 PM
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Vicksburg Vicksburg MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE21S0003
 
Response Due
5/19/2021 12:00:00 PM
 
Archive Date
06/03/2021
 
Point of Contact
Judy Huell, Phone: 6016315829
 
E-Mail Address
judy.m.huell@usace.army.mil
(judy.m.huell@usace.army.mil)
 
Description
�THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME The U.S. Army Corps of Engineers, Vicksburg District, requests CAPABILITY STATEMENTS FROM ALL QUALIFIED AND INTERESTED PARTIES including Large Business, Small Business (SB) Firms, Certified 8(a) Firms, Certified Historically Underutilized Business Zone (HubZone) Firms, and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Women Owned Small Businesses (WOSB). The North American Industry Classification System code (NAICS) for the acquisition is 334513 � Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables with a size standard of 750 employees. INTERESTED FIRMS ARE REQUIRED TO IDENTIFY THEIR BUSINESS SIZE WITH THEIR STATEMENTS OF INTERESTS IN THIS PROJECT.�� The U.S. Army Corps of Engineers, Vicksburg District has been tasked to solicit and award one (1) firm fixed-price commercial service contract.� Columbia Lock and Dam � Relief Well Pump Automation. �Contractors would be required to provide programmable logic controls (PLC) for the automation of relief well pumps.� A listing of the automation requirements for the relief well pumps is included in the draft Statement of Work (SOW) at the end of this document. All interested, capable, qualified and responsive contractors are encouraged to reply to this sources sought synopsis. Submission of information should be limited to not more than five (5) pages. The Government is requesting interested contractors to furnish the following information: (1) Firm�s name, address, point of contact, telephone number, and e-mail address. (2) Firm's interest in submitting a bid in response to the solicitation when it is issued; (3) Type of Business (small business, small disadvantaged business, etc.) (4) Provide example of at least one project similar to the scope described in the draft Statement of Work (SOW). Include the point of contact information for examples provided, as past performance on indicated projects may be verified. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of all firms interested in participating in the competition to compete and perform a fixed price service contract. The Government will not pay for any information provided as a result of this market survey. E-mail responses to this request for information should be sent to: Judy.M.Huell@usace.army.mil. Faxed responses will not be accepted. The due date and time for responses to this announcement is 1400 C.S.T. on 19 May 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da884c2817814d9cbd0679f97d0ddcf0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05993036-F 20210507/210505230119 (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.