SOURCES SOUGHT
61 -- RECOVERY--61--Automation Equipment to be delivered to Robert S. Kerr Powerhouse, 29759 Powerhouse Road, Keota, Oklahoma
- Notice Date
- 10/21/2009
- Notice Type
- Sources Sought
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-10-T-0001
- Response Due
- 10/30/2009
- Archive Date
- 12/29/2009
- Point of Contact
- Linda E. Stephens, 918-669-7279
- E-Mail Address
-
US Army Engineer District, Tulsa
(linda.e.stephens@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- For: Hydrology and Hydraulics Branch, US Army Corps of Engineers, Tulsa, Oklahoma This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Tulsa District has been tasked to solicit for and award a contract for automation equipment to be delivered to Robert S. Kerr Powerhouse, 29759 Powerhouse Road, Keota, Oklahoma. Proposed project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. List of items for this requirement: Siemens P/N 6ES76548BC033GB0 or Equal Simatic PCS 7 AS already assembled and tested: with 2MB RAM memory card with CPU 414-3 (up to ~250 POS) with 1X CP443-1 IE with UR2 (9 slots) aluminum with 1X 24VDC 10A and 2X backup battery and includes as runtime license for 100 PO 8 ea Siemens P/N 6ES79720BA520XA0 or Equal DP, bus connector for DP, bus connector for profibus up to 12 MBIT/S with tilted outgoing cable, (W X H X D): 16 x 54 x 34 MM terminat. Resist. With isolat. Function, With PG socket - 6 ea Siemens P/N 6ES79720BA520XA0 or Equal DP, bus connector for profibus up to 12 MBIT/S 90-degree angle Outgoing cable, (W X H X D): 15,8 x 54 x 34 mm terminat. Resist. With isolat. Function, without pg socket 24 ea Siemens ET-200M or Equal I/O Rack fully assembled, configured, tested, and delivered as a unit with the Interface Module, rack, I/O Modules, and terminal connectors, as shown on Exhibit 1 for PCS7 DCS - 10 ea Siemens ET-200M or Equal I/O Rack fully assembled, configured, tested, and delivered as a unit with the Interface Module, rack, I/O Modules, and terminal connectors, as shown on Exhibit 2 for PCS7 DCS 10 ea Siemens P/N 6ES7653-2BB00-0XB5 or Equal PCS 7 AS Runtime License (PO 1000) 1 ea Siemens P/N 6ES78410CC050YA5 or Equal Software SIMATIC S7, S7-PLCSIM V5.4 floating LIC - 1 ea Siemens P/N 6ES76582AA070YA0 or Equal Software PCS7 SS V7.0 PO 250 - 1 ea All equipment shall include standard warranty. Pricing submitted shall include delivery within 60 days to the following location: Robert S. Kerr Power Plant 29759 Powerhouse Road Keota OK 74941-6569 9 miles south of Sallisaw, Oklahoma, on Hwy 59 North American Industrial Classification System (NAICS) Code applicable to this acquisition is 423610. Small Business Size Standard for this acquisition is 100 employees. This action will be procured as part of the American Recovery and Re-Investment Act (ARRA) of 2009. The following Recovery provisions and clauses will apply: 52.0000-4524, AARA Registration/Reporting 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements 52.244-6, Subcontractors for Commercial Items This list is not all inclusive. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 9 November 2009, and the estimated proposal due date will be on or about 23 November 2009. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 9 November 2009 on http://www.fbo.gov. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: " Offerors point of contact name, address, phone number, and e-mail address. " Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) " Offerors Joint Venture information if applicable existing and potential " Offerors interest in bidding on the solicitation when it is issued. " Offeror will need to specify if they will be quoting on brand name or equal Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:30 p.m. CST, 30 October 2009. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Linda Stephens, Purchasing Agent, USACE-Tulsa District, 1645 S. 101st East Ave, Tulsa, OK 74128-4609, fax no. (918)669-7279 or if busy (918) 669-7495. Email address: Linda.E.Stephens@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-10-T-0001/listing.html)
- Place of Performance
- Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Zip Code: 74128-4609
- Record
- SN01989506-W 20091023/091021235016-0580da32f295e3ad41f908bf813db126 (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 |