SOURCES SOUGHT
61 -- Design, manufacture, delivery, installation and testing of hydroelectric digital governor systems & control systems and retrofitted hydroelectric mechanical to digital governor control systems at Jones Bluff & Millers Ferry Powerhouses
- Notice Date
- 6/15/2015
- Notice Type
- Sources Sought
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-15-L-0025
- Response Due
- 6/30/2015
- Archive Date
- 8/14/2015
- Point of Contact
- Sophia M Chin, 2516903349
- E-Mail Address
-
USACE District, Mobile
(sophia.m.chin@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on a Firm Fixed Price Contract for the design, manufacture, delivery, installation and testing of complete hydroelectric digital governor systems and control systems and retrofitted hydroelectric mechanical to digital governor control systems at Jones Bluff Powerhouse, Selma, AL, and Millers Ferry Powerhouse, Camden, AL. The scope of the work will consist of the Contractor furnishing all supervision, engineering, labor, materials, paint, and equipment to convert and commission existing mechanical or analog governors to digitally controlled governors and to repair and/or modify existing digital governors. Other work included will be integrating existing and new digital and analog inputs and outputs with the existing SCADA and future GDACS (by others) systems, inspection of gate and blade distributing valves, replacement of pump unloaders, replacement of governor air compressors, and providing governor plc control of the oil level inside the accumulators. The governors are controlling hydroelectric turbine generator sets. The contractor shall be responsible for field verifying existing drawings and creating as-built drawings. Work will be performed on all main unit governor systems at Jones Bluff Powerhouse in Selma, AL, and Millers Ferry Powerhouse in Camden, AL, along with optional work at West Point Powerhouse, West Point, GA, and Jim Woodruff Powerhouse in Chattahoochee, FL. This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Large Business, Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 333611, the small business standard for which is 1,000 employees. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Large Business, Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on first page of submission. 3. Contractor shall identify the percentage of items sold in the commercial marketplace and the percentage of items sold to government agencies. 4. Documentation should be submitted with the following considerations: a. Describe your capability and experience designing, manufacturing, installing, and testing complete hydroelectric digital governor systems and control systems. b. Describe your capability and experience designing, manufacturing, installing, and testing retrofitted hydroelectric mechanical to digital governor control systems. The above requested information shall not exceed a total of five (5) pages on 8.5 quote mark x 11 quote mark paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 30 June 2015, 2:00 p.m. CDT. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Sophia Chin, Contract Specialist, at sophia.m.chin@usace.army.mil. In the subject line of your email state: Response to Digital Governors. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-15-L-0025/listing.html)
- Place of Performance
- Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Zip Code: 36628-0001
- Record
- SN03764907-W 20150617/150615234940-6309e98e6d4595a682adb1b7d47b16af (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 |