Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOURCES SOUGHT

59 -- Supervisory Control Console Terminations Upgrade at Chief Joseph Dam in Bridgeport, Washington

Notice Date
3/12/2018
 
Notice Type
Sources Sought
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD980681270
 
Point of Contact
Casandra A. Hutchins, Phone: 2539664389
 
E-Mail Address
casandra.hutchins@usace.army.mil
(casandra.hutchins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. PR&C No: W68MD980681270 2. Title and Location: Supervisory Control Console Terminations Upgrade at Chief Joseph Dam in Bridgeport, Washington 3. FSC Code: 5920 4. NAICS Code: 335931 5. Type of Set-A-Side: TBD 6. Response Date: 03/23/2018 This is a SOURCES SOUGHT SYNOPSIS and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Corps. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 335931, Current-Carrying Wiring Device Manufacturing; small business size standard is 500 employees. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted, open to both small and large businesses. DESCRIPTION OF SUPPLIES: The U.S. Army Corps of Engineers (COE) - Seattle District desires to procure the following supplies and have them delivered to Chief Joseph Dam in Bridgeport, Washington. Supervisory Control Console (SCC) Terminations (Brand Name or Equal) Brand Name Product: (1) Terminals - Weidmuller WTR 2.5/ZZ (Item #1039900000) or equal Salient Characteristics of the Terminals: Knife disconnect element rail type terminal blocks must be modular, rail mounted devices, rated not less than 300 Volts and 14 Amperes. Individual terminal block thickness must not exceed 0.201 inch. The terminal connections must be pressure type with length and space for connection of at least two No. 14 AWG (American Wire Gauge) stranded conductors on each end of the feed-through. The terminal contacts must be designed to prevent the terminated wires from being loosened by vibration or by normal pulling forces. Requested Quantity: 9,600/each Brand Name Product: (2) End Plates - Weidmuller WAP WTR 2.5/ZZ (Item #1074600000) or equal Salient Characteristics of the End Plates: End covers/plates must be provided for and compatible with the terminal block assemblies. End Plates must be Weidmuller (brand name) or approved equivalent. Requested Quantity: 320/each Brand Name Product: (3) End Bracket - Weidmuller WEW 35/2 (Item #1061200000) or equal Salient Characteristics of the End Bracket: End brackets must be provided for and compatible with the terminal block assemblies. End Brackets must be Weidmuller (brand name) or approved equivalent. Requested Quantity: 800/each Brand Name Product: (4) Terminal Block Marker Tags - Weidmuller White Dekafix 5x5mm (Item #0473560001) or equal Salient Characteristics of the Marker Tags: White or other light colored marking strips, must be compatible with terminal blocks for circuit designation. Requested Quantity: 30/cards (50 tags on a card) Switchboard (SIS) or Machine Tool Wire (MTW): Salient Characteristics for the SIS or MTW wire: Per the Remote Terminal Unit, all control wire shall be stranded tinned copper switchboard wire with 600-volt flame-retardant insulation Type SIS meeting UL 44 or Type MTW meeting UL 1063, and shall pass the VW-1 flame tests included in those standards. The minimum size of control wire shall be No. 14 AWG. The color of the wire shall be grey. Requested Quantity: 64,000/feet REQUIREMENTS: Interested firms should submit a capabilities package, limited to five (5) pages, to include the following: 1. Two (2) examples of previous contract award actions for similar supplies completed within the last five (5) years. Examples should include a description of the contract line items, customer name, timeliness of performance, customer satisfaction, and dollar value of each action. 2. Firm's name, address, point of contact, phone number, email address and business classification (i.e., small business). 3. Firm's interest in bidding on the solicitation if issued. 4. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 5. CAGE code and DUNS number. 6. Firm's Joint Venture Information, if applicable. Responses to this Synopsis will be shared with the Government Project Team, but otherwise will be held in strict confidence. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive a copy of a solicitation should one be issued. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Daylight Time) on March 23, 2018. The responses should be forwarded to the attention of Casandra Hutchins, Contract Specialist, by email: casandra.hutchins@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD980681270/listing.html)
 
Place of Performance
Address: Chief Joseph Dam, Bridgeport, Washington, 98813, United States
Zip Code: 98813
 
Record
SN04851194-W 20180314/180312231335-e2d92622432cea5d0e166ca111c94856 (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.