Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2014 FBO #4635
SOURCES SOUGHT

45 -- Pump and Storage Tank System - Success Lake, CA

Notice Date
8/1/2014
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-14-S-0007
 
Response Due
8/11/2014
 
Archive Date
9/30/2014
 
Point of Contact
Deanna C. Zemovich, 9165577027
 
E-Mail Address
USACE District, Sacramento
(deanna.c.zemovich@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pump and Storage Tank System at Success Lake, 29330 Highway 190, Porterville, CA 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 -Sacramento CA. District has been tasked to solicit for and award a project to include the purchase and installation of a Pump and Storage Tank System for Domestic and Irrigation to a pre-existing well. See Scope of Work attached. This Proposed project shall be to compete and perform a Firm Fixed Price Contract. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Businesses, 8(a) Small Business, HUBZone, Small Business, and Service-Disabled Veteran-Owned Small Business concerns that may be interested in performing a contract for the Corps. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The type of solicitation issued will depend upon the responses received to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 238220. Small Business Size Standard for this acquisition is $14.0 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 51% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. The contractor is also required to have expertise and knowledge of other technical services as may be required. The Contractor shall be responsible for the accuracy and completeness of all data submitted Award will be based on overall quote mark Best Value quote mark to the Government. Anticipated solicitation issuance date is on or about 19 AUG 2014, and the estimated proposal due date will be on or about 19 SEP 2014. 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 14 AUG 2014. Interested parties should include the following information in their response: Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone and/or 8(a)), point of contact, phone number, and e-mail address. A positive statement of your intention to submit an offer for this solicitation as a prime contractor. Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: Contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects. Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work; and Offeror's Joint Venture information if applicable -existing and potential Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00pm (PST) 11 AUG 2014. All interested contractors must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to: US Army Corps of Engineers 1325 J. Street - RM 860 Contracting Div. Sacramento, CA. 95814 ATTN: Ms. De nna C. Zemovich FAX No. (916) 557-7524 Email address: deanna.c.zemovich@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/DACA05/W91238-14-S-0007/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN03447250-W 20140803/140801235336-e23b9cabdd1c9a94f778221ddf7b6033 (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.