SOURCES SOUGHT
99 -- Main Building Transformers and Switchgear Replacement (D/B)
- Notice Date
- 4/15/2025 11:13:39 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- ZIP Code
- 00000
- Solicitation Number
- SS202504150159
- Response Due
- 5/15/2025 11:00:00 AM
- Archive Date
- 05/30/2025
- Point of Contact
- Nia Holloway
- E-Mail Address
-
nholloway@fdic.gov
(nholloway@fdic.gov)
- Description
- THIS SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE FDIC TO AWARD A CONTRACT. SUBMITTING A RESPONSE DOES NOT ENSURE YOUR FIRM WILL BE SOLICITED ON ANY RESULTING REQUEST FOR PROPOSAL. THE FDIC DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR OTHERWISE PAY FOR THE INFORMATION REQUESTED. The Federal Deposit Insurance Corporation (FDIC) is conducting market research for a Design-Build Construction requirement for the Main Building (MB) Transformers and Switchgear Replacement project at the FDIC facility located at 550 17th Street, NW, Washington, DC 20429. The anticipated North American Industry Classification System (NAICS) for this requirement is 238210, Electrical Contractors and Other Wiring Installation Contractors, with a size standard of $19M. Responses are requested from all sources, regardless of size or socioeconomic category. General Information: The FDIC is not subject to the Federal Acquisition Regulation (FAR). Policy documents related to doing business with the FDIC can be found at https://www.fdic.gov/buying/goods/acquisition/index.html. Project Information: The estimated magnitude of construction is $10,000,000 and $25,000,000. The scope of work primarily includes the following. The anticipated duration of the entire project through closeout is 900 days after award. Replace the building network transformers with traditional A and B power transformers. The transformer sizing and other design elements related to the project scope described herein will be confirmed by the selected contractor through an Existing Condition Survey. Install new A and B switchgear in a Main-Tie-Tie-Main configuration with PLC based transfers Each switchgear shall be standalone Backfeed the existing switchgears Modify the mechanical to be equally shared among A and B sources of existing switchgear Factory witness testing not to exceed three days Provide commissioning support Interested sources capable of fulfilling these requirements may submit the requested information below. The FDIC reserves the right to use any and all information submitted by, or obtained from, this RFI in any manner FDIC determines is appropriate including, but not limited to, the creation of a competitive solicitation. If responses include business confidential and/or proprietary information, the information must be clearly marked accordingly, and the FDIC will safeguard it appropriately. In response to this RFI, please provide a brief capabilities statement (maximum 3 pages incl. graphics) and completed Market Research Questionnaire (attached) to the Contracting Officer (contact info detailed below). The capabilities statement must include up to five (5) recent (completed within the last 5 years or currently ongoing) and relevant projects and the following information for each: Customer Name (or Agency) Customer POC Email Total Contract Value at closeout Period of Performance Description of scope (highlight any elements of the work that are relevant to this requirement) Is there a final CPARS available? The final solicitation will be by invitation only and will not be released to the general public. The FDIC intends to solicit a limited number of vendors based on the market research findings. However, the FDIC reserves the right to make any number of contract actions or no award, if it is in the Government's best interest to do so. All responses must be submitted electronically to the Contracting Officer by the times and date specified in this notice. All questions pertaining to the announcement should be directed to the Contracting Officer at the email address specified below. The Contracting Officer may contact responders to clarify a responder�s capabilities and other matters.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ba3a87e6d6043e9b921c5bfdd408005/view)
- Place of Performance
- Address: DC 20429, USA
- Zip Code: 20429
- Country: USA
- Zip Code: 20429
- Record
- SN07409950-F 20250417/250415230049 (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 |