Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
SOURCES SOUGHT

Z -- Raw Water Piping Replacement, Bull Shoals Powerhouse, Baxter County, AR

Notice Date
2/7/2014
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-14-R-0006
 
Response Due
2/21/2014
 
Archive Date
4/8/2014
 
Point of Contact
Marcus Mitchell, 501-340-1253
 
E-Mail Address
USACE District, Little Rock
(marcus.d.mitchell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Raw Water Piping Replacement, Bull Shoals Powerhouse, Baxter County, AR This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM 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. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a requirement that includes the replacement of the raw water piping at the Bull Shoals Powerhouse. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Contracting by Negotiations. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, & EDWOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the requirement to replace all remaining exposed raw water piping for the generators and house units. All iron piping shall be painted with Wasser Paint, or approved equal. All raw water strainers shall be inspected for repairs. Generator Air Coolers in units 1 through 4 shall be replaced. New plumbing for units 1 through 4 shall match the current plumbing of units 5 through 8. The generator air coolers shall be Government furnished and Contractor installed for Units 5 through 8. All electrical and mechanical components shall be disconnected by the Powerhouse personnel. Pipe shall be painted with Wasser Paint, or approved equal. Replace the solenoid valves on the house units and reconnect to existing electrical connection. Replace the generator temperature sensors and gauges. Reuse the existing electrical connections. All mechanical equipment being replaced shall be reconnected to existing electrical termination points. Lead-based paint removal and painting shall be done only in areas where work is performed or where damage has occurred under this contract. Contractor shall take samples to determine if lead is present. Asbestos is expected in the pipe insulation. Friable asbestos has been found in all gaskets. Contractor shall take samples to determine type and abatement requirements. Government Furnished Property will be provided and it consists of 18 Generator Air Coolers for Units 5 through 8. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 Estimated duration of the project is 730 calendar days. The North American Industry Classification System code for this procurement is 237110 which has a small business size standard of $33,500,000 The Standard Industrial Code is 1623 and The Federal Supply Code is Z2NE. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for specialty construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about May 21, 2014, and the estimated proposal due date will be on or about June 23, 2014. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction contracts with a similar scope, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 10:00 am on 21 February 2014 All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, fax or email your response to Marcus Mitchell, Little Rock District Corps of Engineers, 700 W. Capitol Avenue Room 7315, Little Rock, AR 72201, marcus.d.mitchell@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-14-R-0006/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN03283823-W 20140209/140207235307-f4cb4c3360c693fba3c671f5ff1108fc (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 |
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.