Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOURCES SOUGHT

Z -- BONNEVILLE LOCK & DAM POWERHOUSE II SU & CQ FEEDERBOARD REPLACEMENT

Notice Date
12/4/2019 10:41:32 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204 USA
 
ZIP Code
97204
 
Solicitation Number
W9127N-20-R-0016
 
Response Due
12/19/2019 11:00:00 AM
 
Archive Date
01/03/2020
 
Point of Contact
Cory Pfenning, Ryan S. Shoemaker, Phone: 5038084628
 
E-Mail Address
cory.r.pfenning@usace.army.mil, ryan.s.shoemaker2@usace.army.mil
(cory.r.pfenning@usace.army.mil, ryan.s.shoemaker2@usace.army.mil)
 
Description
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for the Bonneville PH2 SU & CQ Boards Replacement. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision.This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond.3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, that they possess experience with removal, cutover, installation, and commissioning of 480VAC motor control centers; and removal, installation, and commissioning of CQ (480V) panelboards. Two projects maximum will be accepted for review.Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors.North American Industrial Classification Code (NAICS): 238210, Electrical Contractors and Other Wiring Installation ContractorsThe size standard: $16.5MFederal Service Code: Z2KA, Repair or Alteration of DamsPoint of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil.4. Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement to replace the SU & CQ Boards at the Bonneville Dam Powerhouse 2 located in Skamania County, Washington. The project scope includes, but is not limited to: Replace the existing motor control centers SUA, SU11-SU19, CQ1, CQ2, CQ4, and CQ5 with new Class II motor control centers with terminal blocks located at the bottom of the MCC Replace protective relays and wiring. Replace existing 480V panelboards CQ3, CQ6, and CQ7. The loads for CQ8 shall be moved to new panel CQ8A. Replace all control and feeder cables to the motor control centers and panelboards.The estimated Magnitude of Construction for this project is between $5,000,000 and $10,000,000.5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N-20-R-0016 Bonneville PH2 SU & CQ Boards Replacement. Please send to Cory Pfenning, Contract Specialist, at cory.r.pfenning@usace.army.mil in either Microsoft Word or Adobe Portable Document Format by 2:00 pm Pacific Standard Time Thursday, December 19, 2019. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED.A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information.a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract.b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description.d. Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS.6. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5432fdd716774c9da79938aae0803c32/view)
 
Place of Performance
Address: 67875, WA 98648, USA
Zip Code: 98648
Country: USA
 
Record
SN05509465-F 20191206/191204230300 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.