Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOURCES SOUGHT

N -- Replace Generators and related equipment

Notice Date
2/20/2009
 
Notice Type
Sources Sought
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-09-GENERATOR
 
Response Due
3/5/2009
 
Archive Date
5/4/2009
 
Point of Contact
Brenna A. Finkbeiner, 502-315-6182<br />
 
Small Business Set-Aside
N/A
 
Description
Replace Generators and Related Medium and Low Voltage Equipment A Market Survey is being conducted to determine if there are adequate HubZone, 8(a), Service Disabled Veteran Owned Small Businesses (SDVOSB) for the following project: or local contractors(either large or small businesses) that meet the specific criteria for the following proposed project. The project is located at Richard L. Roudebush VA Medical Center, Indianapolis, Indiana. Contractor shall completely prepare site for building operations, including demolition and removal of existing structures. Contractor shall provide all tools, equipment, material, labor and supervision necessary to renovate and expand the existing electrical generators and equipment within various buildings at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. Work to include replacement of primary voltage switches, transformers, distribution gear and generators, as well as associated building modifications required to perform the work, necessary removal of existing structures and construction and certain other items, as covered in the contract documents and as specified herein. All work shall be accomplished within 365 calendar days after receipt of the Notice to Proceed. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. Prior to commencing work, general contractor shall provide proof that an OSHA certified competent person (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and /or other relevant competency training, as determined by VA CP with input from the ICRA team. Training records of all such employees for approval shall be submitted before the start of work. Electrical hot work operations shall be performed and safeguarded in accordance with NFPA 241 and NFPA 51B. Previous documented experience with medium voltage hot work is mandatory. Contract duration is 365 days. Estimated cost range is $1,000,000 to $5,000,000. Project is scheduled to be advertised March 2009 and scheduled for award in May 2009. Project will be advertised as Request for Proposal and will be evaluated on a best value basis. NAICS Code is 423610. All businesses interested in submitting a proposal for this project should notify this office by mail or e-mail NLT 4:00 PM EST on 05 March 2009. E-mail responses shall be in Word or PDF files only. Your response must include the following information: 1) Indicate the county in which your business is located. 2) Identify the appropriate business category (large business, SBA HUBZone certified, etc.) of your business. 3) Submit proof of projects that you have completed including the name of the project, the construction start and completion dates, the final dollar amount of the contract and a short description of your role and work performed (less than 200 words) and a Point of Contact and phone number for the owner of the project. To be considered your must: a) Have served as a prime contractor (add joint venture information if applicable), b) The work must have been successfully completed within the last five years and be a Design/Build project; c) The projects must be similar in size, scope and dollar value to the project(s) of interest; d) Percent of self-performed work and how it was accomplished; and e) A letter from your bonding company stating that you are bondable for the project indicated in this survey. Please submit the requested information to the U.S. Army Corps of Engineers, Louisville District, Room 821, ATTN: Brenna Finkbeiner, 600 Dr. Martin Luther King Jr. Place, Louisville, KY 40202-2267. Please contact Brenna Finkbeiner at (502) 315-6182 for further information.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0571cb4547d5402534c1a1a6a4dc98c4&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
Zip Code: 40202-2230<br />
 
Record
SN01754300-W 20090222/090220215357-0571cb4547d5402534c1a1a6a4dc98c4 (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.