Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
MODIFICATION

Y -- Construction services for the Pike Island Conductor Rail Replacement which is located at the Pike Island Locks and Dam on the Ohio River, Mile 84.2

Notice Date
4/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, PA 15222-4186
 
ZIP Code
15222-4186
 
Solicitation Number
SS-PIKEISLANDRAIL
 
Response Due
4/16/2012
 
Archive Date
6/15/2011
 
Point of Contact
Jeffrey Zbezinski, Phone: 4123957228
 
E-Mail Address
jeffrey.j.zbezinski@usace.army.mil
(jeffrey.j.zbezinski@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers, Pittsburgh District, intends to issue a solicitation set-aside for small businesses for construction services for the Pike Island Conductor Rail Replacement which is located at the Pike Island Locks and Dam on the Ohio River, Mile 84.2. The Government proposes to issue a fixed price type contract for this project. 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 gain knowledge of interest, capabilities, and qualifications of various members of the Community of general contractors to compete and perform a fixed price type contract. The Government must ensure there is adequate competition among the potential pool of available contractors. The general scope of work includes, but is not limited to: Furnishing and installing all equipment, materials, labor, testing, and all operations required for a new conductor rail system. The contractor shall be responsible for designing, furnishing and erecting all necessary scaffolds and work platforms required for the performance of the work. Furnish and install a 500amp electrical conductor bar system including but not limited to, collector assembly, support brackets, hangers, power feed assembly, clamps, anchors, expansion fittings, etc. The conductor bar system is used to power the bulkhead hoist crane located on top of the Dam. The conductor rail is to be installed across the dam and will be approximately 1350 feet in length. This is a 3-phase 480 volt system that will utilize a 4-bar system (3-phases and 1-ground). The existing system shall be removed and disposed of by the contractor. Additionally, the existing maintenance platform located below the bulkhead hoist is to be replaced. This maintenance platform is used for maintaining the collectors and shoes. Estimated construction range: Between $ 250K - $ 500K Estimated duration of construction project is 270 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 238210. Small Business Size Standard for this acquisition is $14.0M. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Offerors response to this synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offeors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offerors type of business and business size. (Whether large business, small business, HUB Zone, Service Disable Veteran Owned Business, 8(a)). Offerors Joint Venture information if applicable existing and potential. Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Interested offerors shall respond to the Sources Sought Synopsis no later than 1:00 PM (EST) 16 May 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail or e-mail your response to Jeffrey Zbezinski, Contract Specialist, 1000 Liberty Avenue, 22nd Floor, Pittsburgh, PA 15222. E-mail address: Jeffrey.j.zbezinski@usace.army.mil. E-mail is the preferred method when receiving responses to this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/SS-PIKEISLANDRAIL/listing.html)
 
Place of Performance
Address: USACE District, Pittsburgh 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor Pittsburgh PA
Zip Code: 15222-4186
 
Record
SN02428725-W 20110421/110419235557-51e67b98562a58df49bc24487c1d605b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.