Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2024 SAM #8156
SOURCES SOUGHT

R -- Power Reliability and Maintenance - USACE

Notice Date
3/25/2024 6:08:53 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W4LD USA HECSA ALEXANDRIA VA 22315-3860 USA
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ24S0023
 
Response Due
4/12/2024 11:00:00 AM
 
Archive Date
04/27/2024
 
Point of Contact
Doug Pohlman, Phone: 7034286420, Giorgiana Chen, Phone: 7034287131
 
E-Mail Address
douglas.e.pohlman@usace.army.mil, Giorgiana.Chen@usace.army.mil
(douglas.e.pohlman@usace.army.mil, Giorgiana.Chen@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The U.S. Army Corps of Engineers (USACE), Humphreys Engineer Center Support Activity (HECSA), is expecting to issue a solicitation for the United States Army Corps of Engineers (USACE), Power Reliability Enhancement Program (PREP) Office. The purpose of this Sources Sought Notice is as a means of conducting market research or as a market survey and �to gather industry comments, suggestions, or questions before the anticipated release of the� solicitation. This notice is for market research purposes only with the intent to identify vendors that are interested and capable of performing the requirements listed in the attached DRAFT Performance Work Statement (PWS). PREP requires a qualified contractor to provide support services to ensure mission reliability of electric power and mechanical cooling systems and other infrastructure that supports the National Military Command System as well as Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance facilities. The applicable NAICS code for this requirement is 237130 � Power and Communication Line and Related Structures Construction. This is an 8(a) set aside to an 8(a)-participant owned by an Alaska Native Corporation, Indian Tribe, Native Hawaiian Organization, or Community Development Corporation. The Government is interested in 8(a) companies capable of performing the requirements listed in the Draft Performance Work Statement. CAPABILITIES SOUGHT In response to this email, please provide the following information: Name of the firm point of contact, phone number, email address, CAGE code, SAM UEI number, small business status as listed in the System for Award Management and the corresponding NAICS code. Company's technical capability to perform a contract of this scope and complexity to include, but not limited to: Comments on the attached draft PWS. Demonstrate your company has the resources, personnel, and equipment necessary to perform the required services described in the draft PWS.� Provide 3 examples of similar projects in terms of scope, size and complexity provided to any Federal Government customer and brief description for each example. Identify challenges and risks associated with meeting the requirements listed in the draft PWS and how your organization would minimize those risks. Can your company provide corporate/commercial experience references that maps back to similar scope, complexity and magnitude? Does your company hold an active Facility Security Clearance Level (FCL) at the Secret level?� Describe your company�s ability to manage engineering resources in occasions where you will have to support additional resource loading due to multiple and conflicting requirements in a short period of time. A rough order of magnitude estimate for the entire project. Other Considerations: If there anything else your company believes the Government should consider prior to releasing a formal solicitation? Please respond to this request no later than 2:00 PM ET on 12 April 2024. Responses can be submitted via email to both Giorgiana Chen, Contract Specialist Giorgiana.Chen@usace.army.mil and Douglas E. Pohlman, Supervisory Contracting Officer, Douglas.E.Pohlman@usace.army.mil. Sources sought notice questions are due by 2:00 P.M. ET on 29 March 2024. � Only email responses will be reviewed as a part of this market analysis. Phone calls will not be accepted, and voicemails will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6a16e16889c42fdb9b134bc9985b8d0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07008331-F 20240327/240325230056 (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.