Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
MODIFICATION

Z -- RECOVERY--Z--Project Number 320413, Lake #9 Renovation Engine Instrument, Control Panel and Lights

Notice Date
3/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ10B0009
 
Response Due
3/24/2010
 
Archive Date
5/23/2010
 
Point of Contact
Carlos Suggs, (901) 544-3358
 
E-Mail Address
USACE District, Memphis
(carlos.suggs@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
LAKE #9 RENOVATION ENGINE INSTRUMENT AND CONTROL PANEL AND LIGHTS The Army Corps of Engineers, Memphis District, has a requirement for the above subject. This is not a Solicitation Announcement or a Request for Proposal, and does not obligate the Government to any contract award. The purpose of this sources sought synopsis is to determine interest and capability of potentially qualified/certified, Service-Disabled Veteran-Owned Small Business (SDVOSB), relative to North American Industry Classification Code (NAICS) 238210. The work will consist of furnishing all plant labor, materials and equipment to renovate four Engine Instrument and Control Panels, with instruments, sensors, transmitters, wiring, plumbing, Program Logic Controller (PLC), and all accessories necessary to provide needed input and output to monitor and control four existing Caterpillar D398 turbocharged series Diesel Engines, replacement of 4 centralized lubricating systems, replacement of the Remote Alarm Panel in the stations office, replacement of 8 High Bay lights with High Bay HID Lights, 208VAC, required minimum illuminance of 32 fc, replacement of 5 exterior HID lights, and replacement of a EIM operator at the outlet structure. The order of magnitude for this effort is estimated to be between $100,000 - $500,000. The county and state in which the work will take place is Fulton County, Kentucky. All interested, capable, qualified and responsive contractors are encouraged to reply to this sources sought synopsis. The Government is requesting interested contractors to furnish the following information: 1)Provide the firms name, physical address, telephone/fax number, email address and point of contact. 2) State whether your firm is a Service-Disabled Veteran-Owned and the size of the firm, and its socio-economic status Service-Disabled Veteran-Owned Small Business (SDVOSB) in good standing with the Small Business Administration (SBA). 3)Provide three (3) examples of projects similar to the above mentioned requirement that have been performed within the past five (5) years. Each project should have a detailed project description and include the amount of the project(s) along with the beginning and end date of each project. These projects should be relevant in terms of size, scope, and complexity. 4)For the 3 prior relevant projects requested in item 3 above, indicate whether you were the prime a subcontractor. If you were the prime, indicate what percentage of the work you performed. If you were subcontractor, identify your role in the contract, and why that role is relevant. Provide a list of the firms current on-going projects along with their expected completion date, a point of contact and phone number(s) of the contractors bonding company. 5)Provide evidence of bonding capability. Submission Requirements: Firms interested shall provide the above documentation in one original form, and one copy. Responses shall not exceed ten (10) pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. Please note that this is NOT a request to be placed on a solicitation mailing list nor is it an Invitation for Bids (IFB), or an announcement of a solicitation. The purpose of this market survey is to determine whether a set-aside under the SDVOSB is feasible. Additional Information: The due date and time for responses to this announcement is 1600 CST on March 24, 2010. Email responses to this request for information are preferred and should be sent to carlos.e.suggs@usace.army.mil. All questions must be submitted via email or fax at (901) 544-3142. Mailed responses should be submitted to the below listed address: USACE-Memphis District Contracting Office Address: US Army Corps of Engineers, Memphis District, ATTN: CECT-MVM, 167 North Main Street, Room 669, Memphis, Tennessee 38103-1894. Point of Contact(s): Carlos E. Suggs (901) 544-3358
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ10B0009/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02091043-W 20100314/100312235535-d8578fe4675e67f1152d7ac2276ad61f (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.