Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOURCES SOUGHT

Y -- MULTI Award Task Order Contract (MATOC) Indefinite Delivery, Indefinite Quantity (IDIQ) for Construction of Renewable Energy, Energy Conservation, and Mechanical/Electrical projects in the Southwest Division of the U.S. Army Corps of Engineers (USACE)

Notice Date
1/19/2012
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-SS(EnergyMATOC)
 
Point of Contact
Pamela S. Moody, Phone: 9186697457
 
E-Mail Address
pamela.s.moody@usace.army.mil
(pamela.s.moody@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY. NO AWARD WILL BE MADE FROM THIS NOTICE. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; THEREFORE, DO NOT REQUEST A COPY OF A SOLICITATION. The only purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8(a), Certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB). Potential Offerors/Contractors having the skill, capabilities and bonding necessary to perform the types of projects described in the Project Description are invited to provide a Capabilities Statement as described below. The Capabilities Statements will be evaluated solely for the purpose of determining whether this MATOC IDIQ will be Set-Aside for the Small Business Community or advertised as an Other Than Small Business procurement. The MATOC IDIQ is planned for advertising in March 2012 with a desired award date in May 2012. The estimated cost range of the entire MATOC IDIQ including options according to FAR 36.204 is more than $ 10,000,000. The following NACIS codes apply to this MATOC IDIQ: 237130 - Power & Communication Line and Related Structures Construction, size standard of $33.5M; 238220 - Plumbing, Heating, and Air-Conditioning Contractors, size standard of $14M; 238210 - Electrical Contractors and Other Wiring Installation Contractors, size standard of $14M. The following Federal Supply Codes (FSC) apply: Y237 - Construction, EPG - Solar; Y234 - Construction, EPG - Wind, Y239 - Construction, EPG - Other, Including Transmission, Y242 - Heating & Cooling Plants, and Y299 - Construction, All Other Non-Building Facilities. Please note that under FAR 52.219-14(4) the Offeror/Contractor shall perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees and under FAR 52.236-1 the Offeror/Contractor shall perform on the site, and with its own organization, work equivalent to at least 25% of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This MATOC IDIQ contract may include renewable energy projects utilizing all types of technology including, but not limited to, solar photo voltaic arrays (both ground and roof mounted); 1KW to 50 KW wind turbines; ground source heat pumps; geothermal; Heating, Ventilating, Air Conditioning (HVAC) systems with associated controls; pump repair/replacement (all types, from small sump pumps to large flood control pumps); valve replacement; electric motors; variable frequency drives; motor soft start systems; switchgear; and wiring. Location of projects could be anywhere in the USACE Southwestern Division area of responsibility, which includes all of Oklahoma, Texas, Arkansas; and portions of Kansas, Missouri, Louisiana, and New Mexico. The Offeror/Contractor must have the resources to work on multiple projects at multiple locations simultaneously. Experience with renewable energy technologies, mechanical, and electrical projects is required. Most projects will be Design-Build type projects with the Contractor responsible for the design of the entire project. A geotechnical investigation or geothermal well test boreholes may be required to be used as a basis for design. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Tulsa District, of any prospective Offeror/Contractor's capabilities as required by the above Project Description. Please provide your response to the following and limit your submission to 10 pages. 1) Offeror/Contractor's name, address, point of contact, phone number, and e-mail address. 2) Offeror/Contractor's interest in bidding on the solicitation when it is issued. 3) Offeror/Contractor's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Provide brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project, provide at 3 examples. Describe if the example projects were self-performed or a team effort. Commercial brochures or currently existing marketing material may also be submitted. 4) Offeror/Contractor's type of small business and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror/Contractor's Joint Venture or Teaming information if applicable - existing and potential 6) Offeror/Contractor's Bonding Capability in the form of a letter from Surety All interested Offeror/Contractors should submit their Capabilities Statement by 3:00 PM CST on 2 February 2012 to: Pamela Moody, USACE Tulsa District, 1645 S 101 E Avenue, Tulsa, OK 74128-4609 or via e-mail to pamela.s.moody@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-SS(EnergyMATOC)/listing.html)
 
Record
SN02657514-W 20120121/120119234731-b673bc9c424af49f3191fedb90eecccb (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.