SOURCES SOUGHT
N -- Design, manufacture, delivery, installation and testing of AC and DC Switchboards at Buford Powerhouse, Lake Sidney Lanier, Buford, GA
- Notice Date
- 11/17/2015
- Notice Type
- Sources Sought
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-16-L-0008
- Archive Date
- 12/17/2015
- Point of Contact
- Sophia M. Chin, Phone: 2516903349
- E-Mail Address
-
sophia.m.chin@usace.army.mil
(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 a Firm Fixed Price Contract for the design, manufacture, delivery, installation and testing of complete AC and DC Switchboards at the Buford Powerhouse, Buford, GA. The scope of the work will consist of the Contractor furnishing all supervision, engineering, labor, materials, and equipment to design, to prepare drawings and data, to manufacture, to shop test and load for shipment, to deliver F.O.B., and off load the new 120/240 VAC and 125 VDC distribution switchboards. The contractor shall be responsible for field verifying existing drawings, existing site conditions, creating as-built drawings, and all the work necessary for the removal from service and replacing the existing 120/240 VAC and 125 VDC distribution switchboards and the installation and returning to service new 120/240 VAC and 125 VDC distribution switchboards. This installation will require special circuit outage scheduling and circuit phasing to maintain maximum AC/DC service throughout the removal and installation of the various switchboard sections. Therefore, only one section of the switchboards shall be taken out of service at a time. All equipment, supplies and/or materials provided under this contract shall be new and unused. 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 335313, the small business standard for which is 750 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 the 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: Describe your capabilities and experiences in designing, manufacturing, installing, testing, and placing in service AC and DC Switchboards within powerhouses, power plants and/or generation stations. The above requested information shall not exceed a total of five (5) pages on 8.5" x 11" 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 2 December 2015, 2:00 p.m. CST. 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 AC/DC Switchboards. 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/W91278-16-L-0008/listing.html)
- Place of Performance
- Address: Buford Powerhouse, Lake Sidney Lanier, 1050 Buford Dam Road, Buford, Georgia, 30518, United States
- Zip Code: 30518
- Zip Code: 30518
- Record
- SN03948285-W 20151119/151117235000-f9425e0daf6f9984cc17fdf4a440531c (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 |