SOURCES SOUGHT
N -- Automated Transfer Switches (ATS) Phase I LCAAP
- Notice Date
- 12/19/2023 6:16:13 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ24R4015
- Response Due
- 1/10/2024 8:00:00 AM
- Archive Date
- 01/25/2024
- Point of Contact
- Ines Necker, Jay B. Denker
- E-Mail Address
-
ines.necker@usace.army.mil, Jay.B.Denker@usace.army.mil
(ines.necker@usace.army.mil, Jay.B.Denker@usace.army.mil)
- Description
- Sources Sought for replace/repair existing Automatic Transfer Switches at Lake City Army Ammunition Plant in Independence MO. This Sources Sought announcement is to conduct market research for a construction contract to replace/ repair existing Automatic Transfer Switches in support of the Kansas City District. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE.� No reimbursement will be made for any cost associated with providing information in response to this sources sought. The purpose of this notice is to gain knowledge of potential and interested qualified contractors capable of performing of services that will be to replace existing Automatic Transfer Switches in-place and repair or replace existing communications between the ATS and the Generator where it is no longer functioning. This effort is classified through the North American Industry Classification System (NAICS) under 238210 Electrical Contractors and Other Wiring Installation Contractors. The small business size standard for NAICS 238210 is $19M. It is anticipated that a solicitation announcement will be published on SAM.gov in early to middle of 2024. The magnitude of this project is between $1,000,000 and $5,000,000. The following information is requested in this Sources Sought (SS) announcement: 1.� Firm�s name, address, email address, website address, telephone number, and point of contact. � 2. Firm�s CAGE Code and UEI number. 3. Company size (Small or Large), in accordance with the NAICS 238210. 4. If a Small Business, specify if your company is any of the following: Small Disadvantaged Business, Service-Disabled Veteran Owned Small Business (SDVOSB); Veteran Owned Small Business, HUBZone Small Business; 8(a) Small Business concern; or Women-Owned Small Business. 5.� Firm�s interest in providing a proposal as the prime contractor on the pending solicitation once issued. 6.� Experience:� Evidence of capabilities to perform work comparable to that required for this project. The work expected for this project includes but is not limited to: The Contractor shall provide professional services to include all labor, transportation, materials, apparatus, tools, equipment and permits necessary in accordance with the scope of work. The scope consists of repairing functionality to existing aging infrastructure and generally restore life safety functions where identified.� General scope of services will be to replace existing Automatic Transfer Switches in-place and repair or replace existing communications between the ATS and the Generator where it is no longer functioning. Additional services include emergency lighting installation, new generator installation, electrical service demolition and new work modification, and providing Metasys connectivity to existing Generators. 7. Provide a maximum of 3 recent (within the last 6 years) relevant/comparable projects and describe how they are similar to this project.� Include the project name; when the project was completed; dollar value of the project; description of the key/salient features of the project, identify the contracting office & the customer/user (include POC information).� Construction Bonding level per contract and aggregate construction bonding level, both expressed in dollars. The responses must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience, and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possesses the necessary skills, experience, and capability the response will not be considered as confirmed capability for the purposes of market research. Please send your Sources Sought responses via email to jay.b.denker@usace.army.mil �and ines.necker@usace.army.mil.� Submissions should be received by 10:00 a.m. Central Standard Time, January 10, 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/53b4f3e0a21043689ac40607ae769a76/view)
- Place of Performance
- Address: Independence, MO 64056, USA
- Zip Code: 64056
- Country: USA
- Zip Code: 64056
- Record
- SN06917571-F 20231221/231219230055 (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 |