Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2020 SAM #6786
SOURCES SOUGHT

Y -- Turbine Rehabilitation & Generator Rewind, Norfork Powerhouse

Notice Date
6/26/2020 5:41:09 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LITTLE RO LITTLE ROCK AR 72201-3225 USA
 
ZIP Code
72201-3225
 
Solicitation Number
W9127S21R0001
 
Response Due
7/13/2020 11:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Sarah N. Hagood, Phone: 5013401277, Fax: 5013245196, Jonathan J. Sawrie, Phone: 5013401045, Fax: 5013245196
 
E-Mail Address
Sarah.N.Hagood@usace.army.mil, jonathan.j.sawrie@usace.army.mil
(Sarah.N.Hagood@usace.army.mil, jonathan.j.sawrie@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS TURBINE REHABILITATION & GENERATOR REWIND AT THE NORFORK POWERHOUSE MOUNTAIN HOME PROJECT OFFICE LITTLE ROCK DISTRICT, U.S. ARMY CORPS OF ENGINEERS 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 not be notified of the results of the evaluation. The U.S. Army Corps of Engineers � Little Rock District has been tasked to solicit for and award a Turbine Rehabilitation & Generator Rewind at the Norfork Powerhouse, Mountain Home Project Office. Proposed project will be a competitive, firm-fixed price, stand-alone contract procured in accordance with FAR 15, Negotiated Procurement using �Best Value� 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), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition of responsible firms. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing: design, manufacture, and install of Francis turbines, improve dissolved oxygen levels, rewind existing generator, and refurbish associated equipment and components. The runner shall be designed using both Computational Fluid Dynamics (CFD) and a physical performance (scale) model. The latest design and proven technologies shall be applied to develop aerating capability for the replacement turbines. The existing generators will be rewound concurrent with the supply and installation of the turbines. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $25,000,000 and $75,000,000. Estimated duration of the project is 1,460 calendar days. All construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The North American Industry Classification System code for this procurement is 237990, which has a small business size standard of $39,500,000.00. The Product Service Code is Y1QA.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: Firm�s name, address, point of contact, phone number, email address, DUNS, and CAGE Code Firm�s business size- Large, Small, 8(a), HUBZone, SDVOSB, WOSB, etc. a. Existing joint ventures, including Mentor-Prot�g� and teaming arrangement information is also acceptable Firm�s interest in proposing on the upcoming solicitation Firm�s capability to perform the magnitude and complexity outlined in the Project Description above a. Include firm�s capability to execute construction-comparable work performed within the last five years i. at least 3 examples with the following information: brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value Firm�s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firms shall respond to this Sources Sought Synopsis no later than Monday, July 13, 2020 at 1:00 PM CDT.� Prior Government contract work is not required for submitting a response to this sources sought synopsis. However, all interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Fax or Email your response to: FAX: 501-324-5196 EMAIL: sarah.n.hagood@usace.army.mil *Email is the preferred method when receiving responses to this synopsis.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e7f2331007da4d399957c27511aaddc1/view)
 
Place of Performance
Address: Norfork, AR 72658, USA
Zip Code: 72658
Country: USA
 
Record
SN05705186-F 20200628/200626230153 (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.