Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOURCES SOUGHT

Y -- Repair Overhead Power Components and Service Connection to Bldg. 140

Notice Date
7/1/2024 8:21:17 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW24B11SW
 
Response Due
7/12/2024 1:00:00 PM
 
Archive Date
07/27/2024
 
Point of Contact
John McGuire, Phone: 3606408683, Brett Vegeto, Phone: 2533805542
 
E-Mail Address
john.e.mcguire@usace.army.mil, brett.s.vegeto@usace.army.mil
(john.e.mcguire@usace.army.mil, brett.s.vegeto@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE INTRODUCTION: The U.S. Army Corps of Engineers, Seattle District is issuing a Sources Sought to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Small Business concerns.�The NAICS code for the work is�237130.� BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. PLACE OF PERFORMANCE: Yakima Training Center (YTC) is in central Washington, just north of the city of Yakima off Highway 82 and south of Ellensburg. CONTRACT DURATION: The Award Date is anticipated for the month of September 2024 with an estimated contract completion date for the month August 2026. CONTRACT TYPE: The proposed action will be a construction project with a Firm-Fixed-Price (FFP) contract. The Governments intends is to solicit this requirement as an Invitation for Bid (IFB) under FAR Part 14 procedures. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE) AT HTTPS://SAM.GOV. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED CAPABILITIES: The Contractor shall supply all supervision, labor, equipment, and materials to perform all work in strict accordance with the specifications, Statement of Work, and identified drawings to provide a repaired and functional overhead power distribution network within the designated cantonment areas and the underground electrical conduit and connect for Bldg. 140 at the Yakima Training Center, WA. Project Description (the below list is not all inclusive): �Equipment, with associated components, to be repaired/replaced: Insulators Wooden crossarms with fiber glass Transformers Power poles Lightning arrestors Fuses Fuse cutout assemblies Service drops and lines Air switches Raptor Perch Guards Replace all fuses and turn in good functional fuses to DPW. Replace associated stirrup clamps and stirrup or cutout leads. Maintain minimum 6-foot lead for stress management. Contractor to investigate existing conditions and provide a report of transformers by serial and model of all active transformers on the overhead Power distro system. Provide coordination with local power company Pacific Power Yakima. Locate, remove, and replace underground electrical wiring and conduit from the service line power pole to the main breaker panel within bldg. 140. Dispose of existing conduit and service wiring per local state and federal requirements. If your organization has the potential capacity to perform these contract services, please provide the following information: UEI Number CAGE Code POC�s name, physical address, email address, and telephone number Website address Small business size, socioeconomic categories, and type of ownership for the organization Capability Statement Organization�s bonding capability The Government will evaluate market information to ascertain potential market capacity to: Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful project management plan that includes compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. ELIGIBILITY: The applicable NAICS code for this requirement is 237130 � Power and Communication Line and Related Structures Construction with a Small Business Size Standard of $45M. The Product Service Code is Y1JZ - Construction of Miscellaneous Buildings. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT): A site visit will be provided at time of solicitation. There will be no site visit associated with this announcement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. This documentation should address at a minimum the following items: What type of work has your company performed in the past in support of the same or similar requirement? How much experience does your company have installing/repairing power distribution components and underground electrical? Can or has your company completed a task of this nature? If so, please provide details. What specific technical skills does your company possess which ensure capability to perform the tasks? Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be submitted to the contract specialist identified below. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. QUESTIONS TO INDUSTRY: Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, John McGuire john.e.mcguire@usace.army.mil, with a courtesy copy to the Contracting Officer, Brett Vegeto brett.s.vegeto@usace.army.mil and Small Business Programs Office, Enshane Hill-Nomoto enshane.nomoto@usace.army.mil in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is no later than 1:00 PM, PST, 12 July 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0722c167e65d4abc84e49b5263e457ee/view)
 
Place of Performance
Address: Yakima, WA 98901, USA
Zip Code: 98901
Country: USA
 
Record
SN07114344-F 20240703/240701230113 (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.