SOURCES SOUGHT
Y -- Repair CHPP Boilers, Phase I
- Notice Date
- 10/16/2009
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-10-R-0004
- Archive Date
- 11/14/2009
- Point of Contact
- Ronald K Jackson, Phone: 907 753-5596, Olen R. Northern, Phone: 9077532525
- E-Mail Address
-
Ronald.K.Jackson@usace.army.mil, olen.r.northern@usace.army.mil
(Ronald.K.Jackson@usace.army.mil, olen.r.northern@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS: This Sources Sought announcement is part of a market survey for information to be used for preliminary planning purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The US Army Corps of Engineer, Alaska District is seeking sources for the repair of CHPP Boilers, Phase I on Eielson AFB, Alaska. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various general contractors in order to make an appropriate acquisition strategy for the above project. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to ultimately award a prime contract for the required services. Interested sources must state whether they are capable of providing services required for the facility design/construction. The Government must ensure there is adequate competition among the potential pool of available contractors. The proposed acquisition will consist of the repair/replacement of the aforementioned CHPP Boilers. PROJECT INFORMATION: Design/Build: This phase will replace the spreader stoker boiler #6 with a new 120,000 lbs/hr spreader stoker boiler. No additional footprint is anticipated for this replacement. The project includes but is not limited to: demolition of the existing boiler; purchase and installation of new boiler and all auxiliary equipment to support boiler operation to include but is not limited to: coal feed; ash handling; condensate handling; de-aerator and boiler feed-water; soot blowers; boiler combustion air and forced draft fans; boiler flue gas; incused draft fans and stacks; as well as extensions of the plant control; electrical; glycol and steam systems; and installation of emission control equipment to make system fully operational. New environmental control elements (selective catalytic reduction utilizing aqueous ammonia used to control nitrogen oxide and dry flue gas desulfurization used to control sulfur dioxide) will be included as part of the boiler package. Existing bag-houses will be utilized. Additionally, a continuous emission monitoring system will be required. This project will comply with DoD antiterrorism force protection requirements per unified facilities criteria. ESTIMATED CONSTRUCTION RANGE: Between $20,000,000 - $23,000,000 for the project. ESTIMATED DURATION : 540 - 720 days. North American Industry Classification System (NAICS) code is: 238220. Small Business Size Standard is $14 million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. All technical evaluation factors and sub-factors have not been assigned at this time. Past performance of responders will be evaluated. Offerors responses to this synopsis for the following questions are sought from prospective prime contractors. Responses shall be limited to 5 pages. Offerors name, address, point of contact, phone number, and e-mail address Offerors interest in proposing on the solicitation/s when issued. Offerors capability to perform a contract of this magnitude and complexity (include offerors capability to execute the design and construction, comparable work performed within the past 5 years, and brief description of the project, customer satisfaction, and dollar value of project) provide at least 3 examples. Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)) Offerors Joint Venture information, if applicable, existing and potential. Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Interested firms shall respond to the Sources Sought Synopsis requirements for this project no later than 2:00 p.m. Alaska Standard Time, on 30 October 2009. All interested contactors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to: via facsimile at (907) 753-2544 or preferably via e-mail to the attention of Ron Jackson at ronald.k.jackson@usace.army.mil. You may also mail your response to: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Ron Jackson) PO Box 6898 Elmendorf AFB, AK 99506-0898.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-10-R-0004/listing.html)
- Place of Performance
- Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN01986691-W 20091018/091016234535-0ca83b306572d0add9ad80ff1b76201d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |