Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2018 FBO #5914
SOURCES SOUGHT

Z -- rehabilitation of the Robert S. Kerr Powerhouse Bridge Crane - Draft Specs

Notice Date
1/30/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV18R0025
 
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
Draft Specs SOURCES SOUGHT SYNOPSIS For RS Kerr Crane Rehabilitation 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 has been tasked to solicit for and award a contract for rehabilitation of the Robert S. Kerr Powerhouse Bridge Crane. Proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15, Negotiated Procurement using trade-off 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 (HUB-Zone), 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 WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing Electrical: See attached. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 Estimated duration of the project is 290 calendar days. Minimum capabilities required are at least 3 projects that are similar in size and complexity to the attached Scope of the subject project. The North American Industry Classification System code for this procurement is NAICS 237990 Heavy Construction. 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 March 1, 2018, and the estimated proposal due date will be on or about April 1, 2018. 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 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB 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 02:00 PM CST Feb 09, 2018. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to Nathan Kloeckler at Nathan.R.Kloeckler@USACE.ARMY.MIL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0025/listing.html)
 
Place of Performance
Address: RS Kerr Powerhouse, Keota, Oklahoma, United States
 
Record
SN04804704-W 20180201/180130231651-14c220f48ecae6ea4781b349fd0e11b3 (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.