Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2014 FBO #4523
SOURCES SOUGHT

Y -- Sources Sought for a Design-Bid-Build Construction of an Emergency Power Improvement, Modernization and Consolidation at the Army Reserve Center in Ceiba, Puerto Rica - Questions

Notice Date
4/11/2014
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-14-S-0024
 
Archive Date
4/30/2014
 
Point of Contact
William Wallace, Phone: 8433298089
 
E-Mail Address
william.wallace@usace.army.mil
(william.wallace@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawing Questions The U.S. Army Corps of Engineers, Charleston District, has a requirement for a Design-Bid-Build Construction contract for the above project. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. Solicitation and contract award are currently anticipated to occur in FY14. The purpose of this Sources Sought is to determine interest and capability of potential qualified Small Business Administration (SBA), Certified 8(a), HUBZone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237130, Power and Communication line Related Structures Construction. The Small Business Size Standard is $33.5 Million. We highly encourage Large Businesses to also respond to this Sources Sought. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $5,000,000.00 and $10,000,000.00. The scope of work includes construction of an emergency power distribution system at the Army Reserve Center in Ceiba, Puerto Rico, in order to provide emergency power to eight (8) existing Buildings. In general, this includes construction of the following: • A new steel framed Generator Building with precast pre-stressed insulated sandwich wall panels and concrete masonry units, • Four or five 455 KW prime rated generator sets, 600 gallon day tanks and associated equipment located inside the Generator Building, • Fuel truck receipt area with fuel offload equipment and fuel loading equipment, • Aboveground diesel fuel storage tanks (three 25,000 gallon tanks), • Fuel transfer pipes, pumps, filtration and control system, • Electrical power distribution (15 KV) from the generator building to eight existing facilities at the site (including associated paralleling switchgear, transformers, panelboards, underground feeder circuits, etc), • Fiber and CAT 6 communication systems, • Control systems for the fuel transfer systems and power distribution systems, • LED lighting (at buildings and site), • Truck scale (for confirming fuel quantity received), • Concrete paving for site circulation by fuel trucks and government vehicles, • Water main loop with fire hydrants, fire sprinkler system at the new Generator Building and fire alarm system, • Provision of temporary power (via temporary generators) to provide full emergency back-up power for the eight existing facilities during construction, • Pile supported foundations for the Generator Building and fuel storage tank area (piles will be up to 80 feet in length), • Open steel framed canopy structure for the truck offloading area, • Concrete secondary spill containment for the truck receipt offloading and loading area, • Overhead crane inside the Generator Building, • All associated site work (to include required fill). The drawings included in this Sources Sought provide a conceptual view of much of the scope of work for this project. This scope will be refined as the design progresses. Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZone contract for general construction must perform at least 50% of the contract either itself, or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside for Small Business or 8(a) concerns, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The Contractor shall provide Performance and Payment Bonds within ten (10) calendar days after award. The contractor shall begin work within 30 calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project will be specified in the solicitation (it is currently anticipated that the completion time will be 150 calendar days from receipt of Notice to Proceed). If the contractor fails to complete the work within the specified number of days, the contractor shall pay liquidated damages to the Government in the amount specified in the contract. Teaming arrangements, such as Joint Ventures and Mentor Protégé' are acceptable but must be approved IAW FAR 4.102. Contractor must submit proof of approval with the agreement. If you can meet all of the requirements for this project and the information in the questionnaire, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Charleston District, Contracting Office; Attention: William Wallace, 69A Hagood Avenue, Charleston, SC 29403. The e-mail address for William Wallace is william.wallace@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Response must be received no later than 2:00 P.M. Eastern Standard Time, on 29 April 2014. Please submit the following information and the information required in the attached worksheets: 1. Data Universal Numbering System (DUNS) & Commercial & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman Owned Small Business or Service-Disabled Veteran Owned Small Business. 4. Bonding Capacity: State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount) for a $10 million project. 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Woman Owned Small Business or other Small Business. 6. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in performing similar scope construction projects. Provide documentation for your firm on the three most recent (within 5 years) projects that demonstrate past similar efforts as a prime contractor on contracts $5M or higher, using the attached Project Information Template. The information for each project shall not exceed two 8-1/2 x 11 pages. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f6a01533190e674ee6316d1a388807ea)
 
Place of Performance
Address: Army Reserve Center, Ceiba, Puerto Rico, United States
 
Record
SN03336491-W 20140413/140411234547-f6a01533190e674ee6316d1a388807ea (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.