Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

Y -- Design-Build Services for 20K rated Wind Turbine(s) for the Cassadaga Job Corps Center

Notice Date
3/24/2011
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - A&E Construction Branch, 200 Constitution Avenue, NW, Room N-4308, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL111RP20355
 
Archive Date
5/11/2011
 
Point of Contact
Ronette C. McBean, Phone: 202-693-3702
 
E-Mail Address
mcbean.ronette@dol.gov
(mcbean.ronette@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE : The following is a pre-solicitation synopsis of a proposed contracting action in accordance with Federal Acquisition Regulation (FAR) 5.201. This is not a request for proposals and no responses will be made to requests for solicitation documents. The solicitation is estimated to be issued on or about 06 April 2011 and will be posted to the Government Point of Entry at http://www.fbo.gov. No reimbursement will be made for any costs associated with providing information in response to this announcement; nor will any follow-up information be provided. PROJECT INFORMATION : The U.S. Department of Labor (DOL) is seeking expressions of interest from potential offerors who possess current and relevant experience, personnel and capabilities necessary to perform Design and Construction services for the design and installation of a 20K rated Wind Turbine(s) for the Cassadaga Job Corps Center, New York. This project entails: •- The wind turbine will be rated 20kW and may be a combination of two 10 kW rated turbines. •- Start up wind speed 3 m/s •- Energy output at 25 mph wind speed: 20kW •- Provide 110 V AC converter •- The wind turbine(s) will be attached to the electrical grid and provide power back to the grid when not powering a Job Corps Center •- The wind turbine system shall include items needed to produce the rated power at the rated wind speed such as wind rotor, permanent magnet generator, tail vane, stand, electric controller, manual brake, electric inverter, and electric cable. The North American Industry Classification System (NAICS) Code is 237130 Power and Communication Line and Related Structures Construction, with a Small Business Size Standard of $33.5 million in average annual receipts. Any resultant contract will be a Firm Fixed Price (FFP) contract. The solicitation will be issued as a 100% Small Business set aside. The magnitude of this contract is between $100,000 and $250,000. This magnitude range does not reflect the proximity of the actual estimated cost. The U.S. Small Business Administration (SBA) currently has a program that can provide surety bond guarantee on a Federal contract to small business up to $2M. For more information please contact Pam Swilling: (202) 205-6546 U.S. Small Business Administration Office of Surety Bond Guarantee 409 3 rd Street SW, 8 th Floor Washington, DC 20416 Website: www.sba.gov/osg It is highly recommended that all interested firms complete the online registration instructions at the Commercial and Government Entity (CAGE) website http://www.dlis.dla.mil/cage_welcome.asp to obtain a CAGE/NCAGE code number. A DUNS number from Duns and Bradstreet is required to establish a CAGE code. It is also highly recommended that all interested firms be registered in the CCR website http://www.ccr.gov/. FIRMS RESPONDING WILL BE CHECKED THROUGH THE SBA DYNAMIC SMALL BUSINESS SEARCH SITE http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm to determine their Small Business certification by SBA. The solicitation will be available ONLY via the Internet at the following address: https://www.fbo.gov/. The solicitation will be posted, on or about 06 April 2011, and can be viewed by going to FBO's web site. BASIS FOR CONTRACT AWARD : Selection will be made on a competitive best value source selection. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and technical requirements. All such offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. POINTS OF CONTACT : The primary point of contact for this notice is Ronette C. McBean at e-mail mcbean.ronette@dol.gov. A pre-proposal conference will be scheduled for this requirement; details regarding the conference will be outlined in the Solicitation. The tentative date proposals will be due is currently 26 April 2011 (4:00 PM EST). A firm proposal date will be established upon issuance of the solicitation. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/903809edf9269b7dfbaebd970a515d89)
 
Place of Performance
Address: Cassadaga JCC, 8115 Glasgow Road, Cassadaga, New York, 14718, United States
Zip Code: 14718
 
Record
SN02408936-W 20110326/110324234944-903809edf9269b7dfbaebd970a515d89 (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.