Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOURCES SOUGHT

Z -- Transformer Bus Duct Repair at Bull Shoals Powerhouse

Notice Date
11/20/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S13RXXXX
 
Response Due
11/30/2012
 
Archive Date
1/19/2013
 
Point of Contact
Darrell L. Montgomery, 5013401274
 
E-Mail Address
USACE District, Little Rock
(darrell.l.montgomery@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Transformer Bus Duct Repair at Bull Shoals Powerhouse, Bull Shoals Lake, Marion County, Arkansas This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers -Little Rock District has been tasked to solicit and award a Firm Fixed Priced Contract procured in accordance with FAR 15 Negotiated Procurement using quote mark Lowest Price, Technically Acceptable quote mark process for the repair of 15kV Transformer Feed Bus Ducts at the Bull Shoals Powerhouse, Bull Shoals Lake, Marion County, Arkansas. The proposed acquisition will be competitive, firm fixed price contract. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) for NAICS 237990. The Government must ensure there is adequate competition among the potential pool of responsible firms. Small business, Section 8(a), HUBZone, and SDVOSB are highly encouraged to participate. The Government is seeking qualified, experienced sources for Other Heavy and Civil Construction Services for repair of 15kV Transformer Feed Bus Ducts at the Bulls Shoals Powerhouse, Bull Shoals Lake, Marion County, Arkansas. Work on the Bull Shoals bus ducts and transformers shall include all of the labor, materials and oversight to paint, rehabilitate and/or replace fifteen (15) electrical bus ducts fabricated of steel sheets, each approximately 16 ft high by 2 ft wide and 2 ft deep, located at Bull Shoals Dam, Arkansas. A summary of the scope of work is as follows. Replace bus duct 4A in like kind from the transformer to the slab in its entirety Test for function and air leak test the new portion of duct 4A. Prepare interior and exterior of all bus ducts (1A, 1B, 1C, 2A, 2B, 2C, 3A, 3B, 3C, 4A, 4B, 4C, 5A, 5B, 5C) for paint and new seals; treat and remove all rust. Surface preparation of the rusted areas shall be per Society of Protective Coatings (SSPC) standard SSPC SP3 quote mark Power Tool Cleaning quote mark with the option of SSPC SP7 quote mark Brush-off blast Cleaning quote mark ; The contractor shall replace all bus duct seals from the transformer to the slab. All bare areas should be primed with SSPC Paint 40 Type II quote mark Zinc-Rich Moisture Cure Polyurethane quote mark. Apply two full topcoats of SSPC Paint 38 quote mark Single Component Moisture Cure Weatherable Polyurethane Topcoat quote mark to the interior and exterior of each bus duct. Test to verify all bus ducts are air tight. In accordance with FAR 36/DFARS 236 the estimated construction range for this project is: Between $100,000 and $250,000. Estimated duration of this project is 360 calendar days. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $33.5M. The Standard Industrial Code is 1629 and The Federal Supply Code is Z2MD. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self perform at least 15% of the cost of contract not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated synopsis issuance date is on or about December 6, 2012. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction services 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. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, and SDVOSB. 5. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 pm Central Standard Time on November 30, 2012. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, fax or email your response to Darrell L. Montgomery, Little Rock District, 700 West Capitol Avenue, Room 7315, Little Rock, Arkansas 7220, Fax Number (501) 324-5196, Email Address: Darrell.L.Montgomery@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S13RXXXX/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02934698-W 20121122/121120234654-e43efae85f1436167ed501a1e00dcf05 (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.