Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOURCES SOUGHT

N -- Service, Supply and Installation for electrical components for flood-gate operation to include 25 lakes in the Texas area. POCs Diana.pickel@swf02.usace.army.mil or eddie.lippe@swf02.usace.army.mil.

Notice Date
2/3/2006
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0026
 
Response Due
2/15/2006
 
Archive Date
4/16/2006
 
Small Business Set-Aside
N/A
 
Description
No phone calls please, respond via email. Information Needed: SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis 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. The purpose of this synopsis is to ga in knowledge of interest, capabilities and qualifications of various members of the Small Business Community (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Veteran Owne d Small Business Concern (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Historical Black Colleges and Minority Institutions (HBCU/MI), and Indian organizations and Indian-owned economic enterprises) to compete and perform a Service and sup ply Contract. The Government is seeking qualified, experienced sources capable of performing design, engineering, assembly, installation of electrical components for flood-gate operation, crane control, and electrical distribution systems for twenty-five lakes. Contractor shall be bonded for the awarded contract price. The general over all scope of work of this acquisition will include engineering and design of individual control panels for flood-gates and cranes, networking, remote operation, designing c ustom HMI screens, installation of all equipment, and programming of programmable logic controllers. Installation of electrical distribution centers, wire replacement and replacing circuit breaker panels are include in the scope. Disciplines needed inclu de all disciplines required to comply with the above requirements such as, (THIS LIST IS not all inclusive), registered electrical engineer, licensed electricians, PLC technicians, and PLC programmers. Capacity and capability to perform work on a wide vari ety of sites located within Texas in a manner that complies with Federal, State and Local regulations and laws, and within the required time frame. It is anticipated that multiple projects shall be in progress simultaneously to the selected Contractor. Co ntractor shall demonstrate adequate team capacity to coordinate, design and manage multiple sites concurrently to meet required milestones. The Government is requesting that members of the Small Business Community interested furnish the following informat ion: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Veteran Owned Small Business Concerns (VOSB), Service Disabled Veteran Owned (SDV(SB), Historical Black Colleges and Minority Institutions (HBCU/MI) Indian organizations and Indian-owned economic enterprises) under the North American Industry Cl assification System (NAICS) code 238210 which contains a size standard of $13,000,000.00. (3) Identify servicing Small Business Administration District Office. (4) Provide a general statement of your capabilities and demonstrate the capacity to perform t he work. (5) Demonstrate specialized experience and technical competence in the design of control systems and demonstrate a minimum of three examples within the past 5 years. (6) Demonstrate specialized experience in the design of automated control netwo rks or comparable Government or non-Government facilities. Include name, address, telephone number, and email address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance . Contracts must be same or similar to the work described in this announcement. (7) Contractor shall describe partnering or sub-contracting experiences on pas t projects. Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last five (5) years. (8) Contractor is required to demonstrate the capability to complete design documents, a nd cost estimates. (9) Contractor shall provide bonding limitations from bonding agency. (10) Contractor, including joint ventures, shall be required to show that they can perform all aspects of design, either by their in-house capabilities or through the ir subcontractors capabilities. Existing and potential Joint-Ventures, Mentor Prot?g?, and teaming arrangements are acceptable and encouraged. (Provide the Dun and Bradstreet Number (DUNS) number for the prime AE or Joint Venture. Each branch office, j oint venture and/or subcontractor must have their own DUNS number. For assignment of DUNS number, contact the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at http://www.dnb.com). The DUNS procedures replace the previous ACASS system/pr ocedures. All contractors, to be eligible for award of a Government contract, MUST be registered in CCR. Contractors may register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1.888.227.2423. Faxed responses to this request are preferred and should be sent to: Fax Number: (817) 886-6403 or (817) 886-6410, ATTN: Diana Pickel. Any email responses to this request for information should be sent to: Eddie.Lippe@swf02.usace.army.mil, Stephen.W.Dempsey@swf02.usace.army.mil, and diana.pickel@swf02.usace.army.mil. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL OR FAX. The due date and time for responses to this announcement is 4:00 pm local time for Fort Worth, TX, on 10 February 2006. Point of Contact is Diana Pickel at (817) 886-1067, Stephen Demsey at (817) 886-1607 or Eddie Lippe at (254) 879-2424.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00979988-W 20060205/060203212428 (fbodaily.com)
 
Source
FedBizOpps 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.