Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2024 SAM #8352
SOURCES SOUGHT

99 -- Sources Sought Smithland Lock and Dam Lock Control Update and Repair

Notice Date
10/7/2024 9:17:04 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR25QSLD1
 
Response Due
10/22/2024 1:00:00 PM
 
Archive Date
11/06/2024
 
Point of Contact
Ethan Phillips, Phone: 5023156545, Andrew Fleming, Phone: 5023157036
 
E-Mail Address
ethan.s.phillips@usace.army.mil, andrew.j.fleming@usace.army.mil
(ethan.s.phillips@usace.army.mil, andrew.j.fleming@usace.army.mil)
 
Description
Market Survey Questionnaire A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately. This is a SOURCES SOUGHT notice to determine the capabilities of small business firms in the Louisville District, if you are interested in this project please respond appropriately. This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. No solicitation or technical scope of services is available at this time. The government will use the responses to this SOURCES SOUGHT and submit according to the directions in this notice. 1.Project Title: Smithland Lock and Dam Lock Control Update and Repair ����� 2. Project Location (with physical address): 1401 Smithland Dam Rd, Brookport, IL 62910 3. Project NAICS Code: 237990 �Other Heavy and Civil Engineering Construction� 4. Response Date: 10/22/2024 5. Short Project Description:� Refresh of lock control system. Main efforts include the following scope items: Replacement of all existing lock machinery position instrumentation (magnetic proximity switches, rotational encoders) and their associated wiring. Replacement of segments of existing control cabling between control shelters and powerhouse. Replacement of existing lock control interface panels with updated interface panels Reconnection of control relaying associated with lock miter gate speed control. Modification of lock controls to incorporate modern interlock requirements. 6. Type of Action: IFB, Construction 7. Estimated Advertisement Date: 12/13/2024 8. Estimated Award Date: 2/4/2025, NTP 2/18/2025 9. Estimated Performance Period: 540 calendar days.���� 10. Estimated Cost (PA, not CCL): Between $1,000,000 and $5,000,000 per FAR 36.204 11. Criteria: Projects similar in scope to this project include:� Industrial controls work which include lock control instrumentation, control relay work, cable routing, panel fabrication, and mounting bracket fabrication. Projects consisting of replacement of the dam tainter gate remote height indication equipment, and rehabilitation or replacement of power distribution equipment both inside and outside of the main motor control system will also be considered similar in scope. 12. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI)) and CAGE Code(s). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience � Provide descriptions your firm�s past experience on up to three (3) projects which are similar to this project in scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. 13. Based on the definitions above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed.�� Scope of the project. The dollar value of the construction contract. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed. Whether the project was design/build or design/bid/build. Identify the number of subcontractors by construction trade utilized for each project. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Please only include a narrative of the requested information; additional information will not be reviewed. 14. Your (PM) contact information: Matt Stivers, (502) 315-2619, matthew.j.stivers@usace.army.mil 15. Email responses and any questions to Ethan Phillips at ethan.s.phillips@usace.army.mil: This is NOT a Request for Proposal and does not constitute any commitment by the Government.� Responses to these sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a3be0b92db04e76ae01f7e0bf644ef3/view)
 
Place of Performance
Address: Brookport, IL 62910, USA
Zip Code: 62910
Country: USA
 
Record
SN07235237-F 20241009/241007230109 (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.