Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
SOURCES SOUGHT

N -- Huntington District Repair Fleet Service Barge Boiler Replacement

Notice Date
8/5/2024 5:51:13 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W072 ENDIST HUNTINGTON HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
BoilerSS_01
 
Response Due
8/12/2024 10:00:00 AM
 
Archive Date
08/27/2024
 
Point of Contact
Katrina Lazare, Phone: 0000000000, Danielle Roar, Phone: 3043995348
 
E-Mail Address
katrina.d.lazare@usace.army.mil, Danielle.L.Roar@usace.army.mil
(katrina.d.lazare@usace.army.mil, Danielle.L.Roar@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The proposed NAICS code for this procurement is�238220 Plumbing, Heating and Air-Conditioning Contractors The size standard:�$19.mil;�Product Service Code:�N045 Location of project:�Pittsburgh Engineering Warehouse and Repair Station, Pittsburgh, PA The Huntington District Repair Fleet requires all material, equipment, labor, and supervision necessary for the installation of a new Weil McLain Model 0-588 Series 2 Oil-fired, Cast-Iron Sectional Boiler aboard a Repair Fleet Service Barge. Additional Information:� A new Weil McLain Model 0-588 Series 2 shall be provided by the contractor.� All electrical cables shall be armored Marine cabling meeting the requirements of IEEE 45.� Boiler shall include all pumps, valves, relief valves, piping, fittings, trim and appropriate controls exacting existing unit including low water cutouts. Package to include all hardware necessary to match the existing boiler. System shall match all fuel piping, circulating water, and flue. Shall include Start up and functional testing to provide a completely operational unit. Contractor shall conduct testing in accordance with the manufacturer�s recommendations and specifications to include verification of all shutdowns. The prime contractor shall have a minimum of 5 (five) years� experience in the installation of oil fired boilers similar to the boiler that is being provided.��� �DESIGN STANDARDS. All components shall meet the latest requirements of the following references: ����������� 46 CFR Parts, Subchapter J � Electrical Engineering ����������� Institute of Electrical and Electronics Engineers (IEEE) Std 45, �Recommended Practice for Electrical Installation on Shipboard� ����������� U.S. Army Corps of Engineers, EM-385-1-1, �Safety and Health Requirements Manual� Submission Instructions: Please send responses to Katrina Lazare , email address: Katrina.d.lazare@usace.army.mil CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT: Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following: A. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. B. CAGE code. C. Firm's small business category and Business Size: Small Business (SB), Small Disadvantaged (SDB), including 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). D. Indicate whether your company will provide these supplies directly or intends to subcontract a portion of the work. If subcontracting, identify which portions of the work will be performed by a subcontractor/other supplier.� E. Any other information that would assist in determining your company's capability in providing the requested materials. Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. USACE Huntington District will not pay for information received in response to this Sources Sought. Do not submit pricing information in response to this Sources Sought. All responses must be submitted in either Microsoft Word or Adobe PDF format no later than 1:00 PM Eastern Standard Time on Monday, August 12, 2024. Do not include proprietary information in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c0d01d2b60774175b9211452b36b0d47/view)
 
Place of Performance
Address: Pittsburgh, PA 15225, USA
Zip Code: 15225
Country: USA
 
Record
SN07157123-F 20240807/240805230123 (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.