Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
SOURCES SOUGHT

Y -- WILLISTON ELECTRIC PUMPING PLANT REHAB

Notice Date
4/6/2018
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-18-R-0054
 
Archive Date
5/1/2018
 
Point of Contact
Tracie Leigh Evans, Phone: 4029952816, Dean P Matuszewski, Phone: 4029952854
 
E-Mail Address
tracie.l.evans@usace.army.mil, dean.p.matuszewski@usace.army.mil
(tracie.l.evans@usace.army.mil, dean.p.matuszewski@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT WILLISTON ELECTRIC PUMPING PLANT REHAB **LARGE BUSINESSES DO NOT NEED TO RESPOND TO THIS NOTICE** This sources sought is issued for the purpose of making a small business set-aside decision. This notice is for planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement (*THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID*). This is a Sources Sought Notice for market research purposes only. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., 8(a)). The U. S. Army Corps of Engineers, Omaha District is seeking information regarding capability and availability of potential contractors to perform the following efforts at the Williston Pumping Plant: 1. Update 2006 Hydrologic analysis of watershed to calculate design flow rates for new pumps. 2. Replacement of all three vertical mixed flow pumps with a minimum pumping capacity of 25,000 gpm. Size pumps to provide maximum flow through 30-inch discharge pipe. Vertical pumps will be matched with new 460V inverter-duty motors. 3. Replacement of 2400V/480V transformer. 4. Replacement of 2400V switchgear and automatic start/stop controls with 480V switchgear and Variable Frequency Drives (VFDs). 5. Replacement of power cables to Electric Stormwater Pumping Plant. 6. Replacement of water level indicator with remote reading to Riverdale office. 7. Wet well discharge piping coatings. 8. Replacement of flexible coupling between pump and discharge piping. 9. Replacement of flange bolts and gasket on discharge piping connection through wet well wall. 10. Replacement of two 14-inch diameter slide gates. 11. Trash rack repairs will be based on inspection. 12. Replacement of 48-inch slide sluice gate guides and extension stem. Possible gate replacement or adjustment based on inspection. Gates leak. 13. Possible Vacuum breaker repairs/replacement. Based on inspection. 14. Sump pump, check valve, gate valve, and fitting replacement inside sump. All interested, responsive and responsible contractors are encouraged to participate in this market research by submitting a response via e-mail to Dean.P.Matuszewski@usace.army.mil and Tracie.l.Evans@usace.army.mil no later than 2:00 PM CST on Monday, April 16, 2018. The submission shall include the following: 1) Interested contractors having the capabilities necessary to meet or exceed all aspects of NAICS Code 237110 having a size standard of $36.5M and that can support the scope described above should submit a capability statement package that includes at the minimum a list of your company's three (3) most recent projects of the same or similar scope and complexity described in this notice. Recent project information should include project number with title/description, name of the government agency or non-government client for which the work was performed, the agency/client point of contact (name, phone number and e-mail address), brief description of the work performed, and whether you participated as the prime contractor or as a subcontractor. The submission shall be no more than three (3) pages (not including the cover letter). 2) A cover letter shall be provided to include the following: (a) company name, address, contact name and title, phone number, e-mail address, and DUNS number (b) business size status (i.e. Small Business (SB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB), Veteran Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Section 8(a); and (c) a statement verifying that the company is active under NAICS Code 237110. Please contact Dean Matuszewski, Contract Specialist, or Tracie Evans, Contracting Officer at the aforementioned e-mail address if you have any questions pertaining to this Sources Sought Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-18-R-0054/listing.html)
 
Place of Performance
Address: Williston Electric Pumping Plant, North Dakota, 58801, United States
Zip Code: 58801
 
Record
SN04881169-W 20180408/180406230817-a53c0378632b85a65a3c51ef2c34466f (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.