Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

Z -- St. Stephen SC Fishlift Programmable Logic Controller - INQUIRY ID 6386704

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-16-R-0004
 
Response Due
2/29/2016 2:00:00 PM
 
Archive Date
4/15/2016
 
Point of Contact
MAJ Clarissa Cordon, Phone: 843-329-8015, Laurie Infinger, Phone: 8433298081
 
E-Mail Address
clarissa.d.cordon@usace.army.mil, laurie.s.infinger@usace.army.mil
(clarissa.d.cordon@usace.army.mil, laurie.s.infinger@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SITE VISIT ROSTER UPDATE 2-11-16: SITE VISIT ATTENDEE LIST UPDATE 1-29-16: THIS SOLICITATION IS HEREBY POSTED DESCRIPTION: The U.S. Army Corps of Engineers, Charleston District, has a requirement for the above subject Project. This announcement constitutes a Pre-Solicitation Notice. This is not a Request for Proposal (RFP). This is not a follow-on contract. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Charleston District, U.S. Army Corps of Engineers (USACE) requires the services of a construction firm capable of managing a construction project for the Cooper River Rediversion Project located at 125 Rediversion Road, St. Stephen, SC. The Project consists of critical electrical repairs to the Fish Lift facility and incidental related work. The work includes, but is not limited to electrical repairs and component replacements as well as the replacement of the existing programmable logic controller (PLC), control console, transducers and transmitter boxes and all field wiring between the PLC and field wiring devices. Building(s) will be occupied during performance of work under this Contract. Before work is started, the Contractor shall arrange with the Contracting Officer a sequence of procedure, means of access, space for storage of materials and equipment, and use of approaches, corridors, and stairways. A detailed statement of work will be provided with the solicitation when it is posted. CONSTRUCTION MAGNITUDE: The order of magnitude for this effort is estimated between $500,000.00 and $1,000,000.00. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 238210 - Electrical Contractors and Other Wiring Installation Contractors. Size limitation is $15M. TYPE OF SET-ASIDE: This is a 100% Small Business set-aside. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 29 January 2016. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is MAJ Clarissa Cordon at clarissa.d.cordon@usace.army.mil or (843) 329-8015. Secondary Point of Contact is Laurie Infinger at laurie.s.infinger@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7324d67d60c50528bd1045f2c1290fbb)
 
Place of Performance
Address: 125 Rediversion Road, St. Stephen, South Carolina, 29479, United States
Zip Code: 29479
 
Record
SN04018524-W 20160213/160211235022-7324d67d60c50528bd1045f2c1290fbb (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  © 1994-2020, Loren Data Corp.