SPECIAL NOTICE
R -- Enbridge Pipeline 6A Test Station Additional Monitoring Equipment Installation
- Notice Date
- 8/18/2023 10:55:35 AM
- Notice Type
- Special Notice
- Contracting Office
- W072 ENDIST CHICAGO CHICAGO IL 60604-1437 USA
- ZIP Code
- 60604-1437
- Solicitation Number
- W912P623S0013
- Response Due
- 8/25/2023 2:00:00 PM
- Archive Date
- 09/09/2023
- Point of Contact
- Kyle D. Smith, Phone: 3128465370
- E-Mail Address
-
kyle.d.smith@usace.army.mil
(kyle.d.smith@usace.army.mil)
- Description
- Notice of Intent to Sole Source for Enbridge Additional Testing Equipment. This synopsis is hereby issued in accordance with FAR Part 5.201. The purpose of this synopsis is to announce the U.S. Army Corps of Engineers Chicago District intends to award a Firm-Fixed- Price purchase order on a noncompetitive basis to Enbridge Energy Partners, L.P. (CAGE:6YW15) at 5400 Westheimer Ct, Houston, Texas 77056-5353. This requirement is for the following: The U.S. Army Corps of Engineers (USACE)- Chicago District requires the services below. The Contractor shall obtain all required permits and easements required to install, maintain, and monitor equipment required by this work scope. USACE shall be permitted to verify that the installation conforms to this work scope as well as to gain access to data provided by this work scope. The work entails the installation of Ultrasonic coupons at six locations and the installation of magnesium anode beds at three locations. The work will also include communication to the Enbridge�s Griffith Indiana office for monitoring of pipe corrosion. Five (5) annual monitoring reports are required as part of this work scope. The Government intends to negotiate solely with Enbridge Energy Partners, L.P. under the authority of FAR 13.106-1(b), Only One Source being reasonably available to meet the Government�s needs. Far Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, apply. The North American Industrial Classification System (NAICS) Code will be 541990, the size standard will be $19.5M dollars and the Product Service Code (PSC) will be R499. Please be advised the aforementioned information is anticipatory in nature and is not binding. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any responsible source believing that it can fulfill the requirement may be considered by the agency. Interested parties may identify their interest and capabilities in response to this synopsis and must clearly show the firm�s ability to be responsive without compromising the quality, accuracy, and reliability of services provided. A determination by the Government not to compete the proposal contract based upon responses to this notice is solely within the discretion of the Government. All Correspondence in conjunction with this notice shall be submitted via e-mail only to the Government points of contact (POC) identified below by 4PM Central Time on August 25, 2023. All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://sam.gov. Complete SAM registration means a registered DUNS and CAGE code numbers. Primary POC: Kyle D. Smith, Contract Specialist, Email: Kyle.D.Smith@usace.army.mil Secondary POC: Miriaha D. Sigmon, Contracting Officer, Email: Miriaha.D.Sigmon@usace.army.mil Contracting Office: U.S. Army Corps of Engineers, Chicago District, 231 South LaSalle Street, Suite 1500, Chicago, IL 60604-1437.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3d97a6005e6343ccb3b10280ab19bc80/view)
- Record
- SN06796704-F 20230820/230818230052 (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 |