Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

Y -- Ball Mountain, Winhall Brook Campground Electrical Upgrades

Notice Date
1/5/2023 6:37:33 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ23X0017
 
Response Due
2/6/2023 11:30:00 AM
 
Point of Contact
Kyle Hall, Phone: 19783188479, Erin Bradley
 
E-Mail Address
kyle.k.hall@usace.army.mil, erin.e.bradley@usace.army.mil
(kyle.k.hall@usace.army.mil, erin.e.bradley@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Construction Services for the Winhall Brook Campground Electrical Upgrades located in South Londonderry, Vermont. This announcement is to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns for this project.� The NAICS code for this procurement is 238210.� The project is planned to be issued in the Spring of 2023 with construction to take place in the fall of 2023.� The estimated construction cost is between $250,000.00 and $500,000.00. Winhall Brook Camping Area is located in the Green Mountains of Vermont along the Winhall and the West Rivers. Winhall Brook offers 111 campsites of which 14 have lean-to camping shelters (three-sided Adirondack style structure), and 23 currently have electric and water hookups. Other amenities include a dump station, restrooms, firewood, hot showers, playgrounds, horseshoe pits, and hiking/biking trails. The camping area is open from the third Friday in May through Columbus Day. The electric utility (Green Mountain Power) powers the campground from two (2) utility owned, pole-mounted, 13.2kV primary, 240/120V, 1�, 3W secondary, pad-mounted transformers. The South Campground is currently provided with 240/120V, 1�, 3-wire overhead secondary utility power. �Power to the existing campsites S6 thru S28 derive via underground conduits and above ground pullboxes from the South campground 200-ampere service disconnect to an exposed 120VAC RV Pedestal at each site. Power to the South campground restroom and shower structure is via an underground conduit from the South campground 100-ampere service disconnect to its existing distribution equipment. The primary purpose of this project is to upgrade the South campground electric utilities, associated pole-mounted transformers, metering, and government owned distribution equipment in accordance with NFPA 70 and utility standards. New 120/240V, 3�, 4W, Delta, 400-ampere main circuit breaker service equipment will be provided adjacent to the existing South campground utility pole. New service shall facilitate the upgrade of existing electrical utilities at campground sites S6 thru S28. New pedestals will be equipped with (1) 14-50R, (1) TT30R, and (1) 5-20R GFI receptacle along with the associated 50A-2P, 30A-1P, and 20A-1P circuit breakers.� Underground feeders shall be extended from the new South campground service equipment to refeed the existing 120/240V, 1�, 100A, 20-pole panelboard within the restroom and shower structure as well as new RV pedestals as detailed above at each campsite S6-S28. Existing underground conduit to panelboard and campsites shall be fully utilized where feasible. Onsite work for this contract will not be allowed during the recreation season, which starts the third Friday in May and ends after Columbus Day weekend.� Interested firms should submit a capabilities package to include the following:� business classification (i.e. HUBZone, small business, etc.), as well as qualifications and experience in performing the work components stated above.� Please include at least two specific examples of the firm�s experience performing the work requirements stated above.� The projects must have been performed within the last seven years.� Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror�s effort and their experience must also have been performed within the last seven years.� Proof of bonding capability is required.�� Responses are limited to twenty pages.� Responses are due by February 6, 2023.� Responses should be emailed to: kyle.k.hall@usace.army.mil Phone Contact: (978) 318-8479 Interested firms shall provide the above documentation in one original form and one copy.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice.� Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, Corps of Engineers
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d06133596e6744d5bd2bb2c4ae180fa7/view)
 
Place of Performance
Address: Concord, MA 01742, USA
Zip Code: 01742
Country: USA
 
Record
SN06557651-F 20230107/230105230111 (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.