SOURCES SOUGHT
Z -- Powerhouse Transformer Oil Containment
- Notice Date
- 3/20/2017
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-17-R-0030
- Point of Contact
- Nathan Kloeckler, Phone: 9186697657
- E-Mail Address
-
Nathan.R.Kloeckler@usace.army.mil
(Nathan.R.Kloeckler@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Powerhouse Transformer Oil Containment Keystone, Ft. Gibson, Tenkiller, and Broken Bow Lakes, Oklahoma This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award oil containment at multiple powerhouse transformer switchyards. Proposed project will be a competitive, firm-fixed price, construction contract procured in accordance with FAR 15, Negotiated Procurement using "Lowest Price, Technically Acceptable" process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced firms capable of providing the labor, equipment, and materials to perform powerhouse transformer oil containment projects at Keystone, Ft. Gibson, Tenkiller, and Broken Bow Lakes. In general, this project consists of installation of transformer oil containment systems and appurtenances at Fort Gibson Powerhouse switchyard, Keystone Powerhouse switchyard, Tenkiller Powerhouse switchyard, and Broken Bow Powerhouse switchyard which are all located in Oklahoma. Work will be conducted around high voltage energized transformers, circuit breakers, bus, cables and ground grid. This project will be a total turn-key contract to perform removal of existing items and installation of new items as indicated below: In general, this project consists of the following summarized components: 1. Remove existing transformer yard gravel. 2. Re-grade transformer yard using caution not to damage the existing transformer ground grid and existing transformer yard equipment. 3. Perform a ground mat survey and report. 4. Install new concrete curbs and foundations, firewalls and quenching stone to lines and grades as required by the contract. 5. Fabricate, provide, and install elastomeric liner, geotextile fabric, and oil reactive secondary containment system and storm water control. 6. Install seismic anchors on the existing main unit transformers. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $500,000 and $1,000,000 Estimated duration of the project is 8 months/240 calendar days. Minimum capabilities required: To be considered qualified for this project, interested concerns must demonstrate two or more successful projects within the past 5 years working in high-voltage switchyard as well as having project experience which includes installation of industrial elastomeric liners in switchyards or a petro-chemical environment. The North American Industry Classification System code for this procurement is 237130 Power and Communication Line and Related Structures Construction which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about April 2017, and the estimated proposal due date will be on or about May 2017. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 sample projects. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 30 March 2017 at 2:00pm CST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Nathan Kloeckler, Contract Specialist, Tulsa District, Nathan.R.kloeckler@usace.army.mil, phone number: 918-669-7657, Diane M. Cianci, Contracting Officer, diane.cianci@usace.army.mil, phone number 918-669-7458]. [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-17-R-0030/listing.html)
- Place of Performance
- Address: Oklahoma, United States
- Record
- SN04441080-W 20170322/170320234712-afdf2f4939652d4124128d0f12e480de (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 |