Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

J -- Guajataca Dam Risk Reduction Measures Phase II High Pressure Gates

Notice Date
3/8/2018
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP18Z0006
 
Archive Date
4/7/2018
 
Point of Contact
John Vohlken, Phone: 9042321884, Remi Eggers, Phone: 9042321139
 
E-Mail Address
john.d.vohlken@usace.army.mil, Remi.J.Eggers@usace.army.mil
(john.d.vohlken@usace.army.mil, Remi.J.Eggers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought/Request for Information-FY18 Guajataca Dam Risk Reduction Measures Phase II at Guajataca Dam in Isbela and Quebradillas Municipalities, Puerto Rico. This market survey is for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS OR INVITATION FOR BIDS. THERE WILL BE NO CONTRACT AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The purpose of this announcement is to gain knowledge of interest, capabilities and qualifications of all firms interested in participating in the competition to compete and perform a firm-fixed price best-value construction contract. The Government will not pay for any information provided as a result of this market survey. The U.S. Army Corps of Engineers, Jacksonville District is planning to solicit/award a contract to experienced source(s) capable of performing the required services listed below. Contractors would be required to furnish all plant, labor, divers, materials, and equipment for performing the removal and replacement. The work consists of the removal and replacement of the Hydraulic Power Unit (HPU) and controls for controlling two sluice gates in the Guajataca Dam and minor electrical work. Replacement includes, installing a 7.5 horsepower motor, hydraulic pump, directional control valves, and a 40 gallon reservoir. A Programmable Logic Controller (PLC) will control the HPU. Other system work includes replacing packing on both sluice gates and indicator tail rods on large diameter hydraulic cylinders. Minor electrical work includes replacing 480V and 240V electrical panels and branch circuits including receptacles and lighting. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors. All interested, capable, qualified and responsive contractors are encouraged to reply to this sources sought announcement. The Government is requesting interested contractors to furnish the following information: NOTE: DO NOT SUBMIT PROPRIETARY INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT (1) Company name, address, point of contact, telephone number, and e-mail address; (2) Socio-economic status to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. (3) Provide no more than five (5) references of recent and similar contracts performed within the last ten (10) years of work same/similar in nature. Similar projects include design and installation of HPU's and PLC control systems. Include name, address, telephone number, and e-mail address of references. Also provide a brief description of the work performed, contract number, total contract value, and period of performance. (4) Your firms interest in this requirement if it is to be competed as an invitation for bid (IFB), best value request for proposal lowest price technically acceptable, and best value request for proposal trade off. Submission of information should be limited to not more than ten (10) pages. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Small Business Size Standard for this project is $7.5 million. The total estimated value of this project is $250,000 to $750,000. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov. The U.S. Army Corps of Engineers, Jacksonville District will be the procuring office. All applicable information shall be sent via e-mail to John Vohlken at john.d.vohlken@usace.army.mil and Remi Eggers at remi.j.eggers@usace.army.mil. The due date and time for responses to this announcement is 2:00 p.m. Local Time on March 23, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP18Z0006/listing.html)
 
Place of Performance
Address: Guajataca Dam, Isabela, Puerto Rico, United States
 
Record
SN04847556-W 20180310/180308231235-f0c188f949148a14cbf1970225b85078 (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.