SOURCES SOUGHT
Z -- REHAB POWERHOUSE WASTE WATER TREATMENT PLANT, FT. RANDALL POWER PLANT, FT. RANDALL PROJECT, PICKSTOWN, SOUTH DAKOTA
- Notice Date
- 3/29/2010
- Notice Type
- Sources Sought
- NAICS
- 221320
— Sewage Treatment Facilities
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-10-S-J002
- Response Due
- 4/2/2010
- Archive Date
- 6/1/2010
- Point of Contact
- Janice Cook, 402/995-2052
- E-Mail Address
-
USACE District, Omaha
(jan.m.cook@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Information (Sources Sought Notice) Rehab the Powerhouse Waste Water Treatment Plant, Ft. Randall Power Plant, Ft. Randall Project, Pickstown, South Dakota The Omaha District, US Army Corps of Engineers is seeking qualified members of the Small Businesses Community (Small Businesses (SB) Small Disabled Small Business (SDB) Woman Owned Small Businesses (WOSB) Service Disabled Veteran Owned SB (SDVOSB) Historically Underutilized Business Zone (HubZones) and Section 8(a) Participants) or small business-led teams, and small business joint ventures and Other than Small (OTS) concerns that qualify under the North American Industry Classification System (NAICS) Code 221320 - Sewage Treatment Facilities for the following requirement located at Ft, Randall Power Plant, Ft. Randall Project, Pickstown, South Dakota. The principal components of the work to be performed is to remove and replace with new: the existing ejector pump, waste water storage tank, and oil/water separator. The existing system is undersized and does not meet the current demands. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 221320 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm fixed price. The estimated price range for this effort is between (See FAR Part 36.304) $100,000 and $250,000. The estimated performance period is 30 September 2010. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Interested Contractors must furnish the following information: General Information 1.What is your company name, address, point of contact, phone number, and e-mail address? 2.What is your business size? 3.Do you have any corporate affiliations? If so, please identify. 4.Are you interested in participating as a leader or member of a small business-led team? a.If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). b.Provide a list of potential team members and associated disciplines, if known. c.Describe your current/anticipated team management structure. Past Performance Information 5.Please provide any past performance information for the previous 3 years that clearly demonstrates familiarity and experience with the requirements. For each project, include the following information: a.Size, term, and complexity of job; b.Information on your role as either a prime contractor or subcontractor; and c.Point of contact (POC) at the agency or prime contractors organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 6.Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience. Responses to this announcement may be sent electronically to Jan Cook at: jan.m.cook@usace.army.mil and should arrive no later than 2:00 p.m. (CST) 2 April 2010. Responses should be limited to no more than 10 pages. If you are unable to send the information via e-mail, you may mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted. US ARMY CORPS OF ENGINEERS CONTRACTING DIVISION CECT-NWO-C ATTN: JAN COOK 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be forwarded to Jan Cook via the e-mail given above or (402)995-2052. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-S-J002/listing.html)
- Place of Performance
- Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
- Zip Code: 68102-4901
- Zip Code: 68102-4901
- Record
- SN02105483-W 20100331/100329235026-5d24154e2ae07c6b585bd5981b7eaf93 (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 |