Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
MODIFICATION

Y -- Repairs to Electrical Distribution System, Naval Air Station, Ingleside, TX

Notice Date
8/4/2004
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-04-R-0136
 
Response Due
8/17/2004
 
Archive Date
9/1/2004
 
Point of Contact
Robert Hess, Contract Specialist, Phone 843-820-5619, Fax 843-820-5853,
 
E-Mail Address
robert.w.hess@navy.mil
 
Description
CORRECTION-SERVICE DISABLED VETERAN OWNED SMALL BUSINESS WAS ADDED AS A THIRD PRIORTY FROM ALL QUALIFIED AND INTERESTED PARTIES. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE. The Solicitation Number for this announcement is N62467-04-R-0136. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on 8a firms-first priority, HubZone small business firms-second priority, and Service Disabled Veteran Owned Small Business-third priority, to repair the electrical distribution system at Naval Station Ingleside, Texas. The 2002 NAICS Code for the proposed acquisition is 238210 and the small business size standard is $12 Mil. Under FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive 8a or HubZone Small Business or Unrestricted. The proposed repairs will consist of replacement of phase and static-neutral conductors from existing 15KV overhead circuits-approximately 2 miles. The overhead circuits are vertical construction on 55-foot poles. This work must be performed HOT. Also work includes replacement of 15 KV pad mounted switchgear and several pad mounted transformers. This involves numerous medium voltage splices in a manhole while most conductors are energized. The remainder of the work is miscellaneous electrical repairs. NAVAL STATION INGLESIDE WILL REMAIN IN OPERATION DURING THE WORK AND OUTAGES SHALL BE HELD TO A MINIMUM. All demolished materials shall be appropriately removed and disposed. The estimated cost is between $1,590,000 and $1,910,000. Repair of the electrical distribution system will have a maximum duration of 365 days. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, with no prescribed format. Respondents must include references and a capability statement for at least two completed projects within the last five years of similar work within the same dollar value magnitude of this notice adjusted for inflation. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. Provide contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1.-Experience to self perform HOT LIVE LINE WORK; 2.-A list of equipment to be utilized for this work, 3.-Experience in developing and implementing a Safety and testing program to perform HOT LIVE LINE WORK as required for this project-Please include any reportable OSHA violations within the last 3 years-, 4.-Past Performance with client references for work done on HOT LIVE LINE projects, and 5.-Resumes of key personnel to be used on this project. Also, respondents should address the following: 1-Experience in developing Safety Plans; 2-Qualified Project Managers and Superintendents familiar with construction on Federal Contracts; 3-Experience in developing change proposals and recommending alternative solutions to design discrepancies. Provide proof of SBA certification for either 8a or Hubzone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among either 8a or Hubzone firms or proceed with full and open competition as Unrestricted. The responses to this SOURCES SOUGHT synopsis may be e-mailed, or mailed to the attention of to Robert W. Hess at robert.w.hess@navy.mil or mail to Southern Division, Naval Facilities Engineering Command, Attn. R. Hess, Code ACQ00B-BobHess, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. Responses are due no later than August 17, 2004 by 4pm local time.
 
Place of Performance
Address: Naval Station Ingleside, Texas
 
Record
SN00636973-W 20040806/040804212425 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.