Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2015 FBO #4901
SOURCES SOUGHT

45 -- Design/Bid/Build of a Boiler MACT Repair Heat Plant F/31240

Notice Date
4/24/2015
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-15-BOILERMACT-WPAFB
 
Response Due
5/8/2015
 
Archive Date
6/23/2015
 
Point of Contact
Scott Henry, 5023156791
 
E-Mail Address
USACE District, Louisville
(scott.a.henry@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the repair of F/31240 for Boiler MACT and incidental related work. This work includes, but is not limited to, the conversion of two each coal fired steam boilers to natural gas fired boilers; the conversion of two each coal fired high temperature hot water generators to natural gas fired; new forced draft and induced draft fans; new boiler controls; and new plant controls. The total heat input to each boiler and to each HTHWG shall be 169.0 MMBTU/HR. Contract duration is estimated at 365 days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 238220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey via email by 07 May 2015 at 1:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 3. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Industrial gas fired boiler installation, replacement, and/or renovation. b. Projects similar in size to this project include: a minimum gas fired boiler size of 50 MMBTU. c. Based on the information above, for each project submitted, include: 1.Current percentage of construction complete and the date when it was or will be completed. 2.Scope of the project. 3.Size of the project. 4.The dollar value of the construction contract and whether it was design-bid build or design-build. 5.The type and percentage of the contract cost, excluding cost of materials that was self-performed as project and construction management services or physical vertical and horizontal construction by construction trade. 6.Identify the number of subcontractors by construction trade utilized for each project. d. Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. 4. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. Email responses to Scott Henry at scott.a.henry@usace.army.mil. If you have questions please contact Scott Henry at scott.a.henry@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-15-BOILERMACT-WPAFB/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force Base Wright Patterson AFB Wright Patterson AFB OH
Zip Code: 45433
 
Record
SN03710891-W 20150426/150424235447-f67b6c1e86430ce37fe2d7b01f5de717 (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.