Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOURCES SOUGHT

N -- Power and Communication Line and Related Structures Construction

Notice Date
5/5/2009
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-09-FIBER
 
Response Due
5/19/2009 11:59:00 PM
 
Archive Date
7/18/2009
 
Point of Contact
Samuel Colton, 928-328-6354<br />
 
Small Business Set-Aside
N/A
 
Description
Power and Communication Line and Related Structures Construction Invitation for Industry Comments To All Interested Parties: The Mission and Installation Contracting Command (MICC) Center Yuma located at the U.S. Army Yuma Proving Ground (USAYPG) in Yuma, AZ is conducting an industry survey to locate interested sources with the ability to provide Power and Communication Line and Related Structures Construction services. This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the U.S. Army Yuma Proving Ground. The purpose of this Sources Sought Notice is to identify potential sources that may be interested in and capable of performing the work described herein. The USAYPG is located in the far southwest corner of the state of Arizona and is across the Colorado River from California and approximately twenty-two miles north of Mexico. USAYPG's physical location lies entirely within the Yuma and La Paz counties of Arizona. Federal land surrounds most of the installation and consists of approximately 1300 sq. miles of rugged terrain. The mission of USAYPG is to provide test and evaluation services to the United States Army, Department of Defense and commercial developers of military systems to include other test ranges. The potential offerors shall be responsible for furnishing all plant, labor, equipment and materials. The services include, but are not limited to installation and testing of fiber optic and copper cabling; installation of manholes, hand-holes, pedestals (both fiber and copper), ducting below and above ground and the installation of termination elements when required. Requirements will also include building penetration, cable termination and rack mounting in existing as well as new facilities. All prospective offerors must have a Commercial and Government Entity (CAGE) Code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov. Prospective offerors are encouraged to register with the Online Representation and Certifications Application (ORCA) at https://orca/bpn.gov/. The MICC request industry feedback in regards to the impact/concerns/benefits to both the Government and contractor in regards to the questions listed within this notice. Please be specific and include the advantages/disadvantages for both the Government and contractor. 1. What contract type and contract length is commonly utilized for the contemplated service(s)? 2. What payment method is preferred by companies in this industry? 3. What factors are commonly utilized to evaluate service providers for this type of requirement? 4. Please identify all socio-economic statuses that apply to your organization. (Example: HUBZone, Small Disadvantaged Business, small Business, Minority Owned, etc.) 5. What contract type(s) would your organization recommend for the contemplated services (i.e. Firm Fixed Price, Time & Materials, Labor Hour, etc.)? Please include your rationale. 6. What North American Industry Classification System (NAICS) code would you recommend for the contemplated services described? 7. Please identify any laws and regulations that may be unique to the contemplated services. 8. Please identify if subcontracting opportunities exist for the services. 9. Please provide your companies bonding level per contract and aggregate. The Mission and Installation Contracting Command (MICC) Center Yuma does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the MICC-Center-Yumas review of the information received. Interested sources shall provide all questions and feedback in writing and should be submitted to Mr. Samuel Colton at samuel.colton@us.army.mil or at U.S. Army YPG-MICC-Yuma, CCMI-RCY, B-2100, RM-8, 301 C Street, Yuma, AZ 85365-9498 no later than 12:00 PM Noon MST on May 19, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f608766e737c7228f862baa16725ab39&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01809371-W 20090507/090505221402-f608766e737c7228f862baa16725ab39 (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.