Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

59 -- Thomaston Dam Electrical Upgrades

Notice Date
12/21/2017
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ18X0014
 
Archive Date
1/30/2018
 
Point of Contact
Lennie K. Mattis, Phone: 9783188938
 
E-Mail Address
lennie.k.mattis@usace.army.mil
(lennie.k.mattis@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, New England District, is issuing a Sources Sought Announcement for the Electrical System Upgrade project at the Thomaston Dam, located in Thomaston, Connecticut to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns as described below. The NAICS code for this procurement is 238210. The project is planned to be issued on or about June 2018. The project will occur in the fall/winter of 2018 and is expected to take about three months, including submittal approval. The estimated construction cost is between $100,000 and $250,000.00. Thomaston Dam is located in Thomaston, Connecticut on the Naugatuck River, the major tributary of the Housatonic River. The dam provides flood protection in the highly industrialized and densely populated Naugatuck Valley. It is the largest and most important flood control dam in the Naugatuck River system. Construction started in May 1958 and was completed in November 1960. Thomaston Dam has an existing power entrance at the gatehouse that is antiquated. The site's electrical distribution is unnecessarily complex and is fed by two independent utility service meters. This project aims to simplify and update the site's electrical distribution system. This project consists of the following components: • Disconnect independent service to the Operators Quarters panel and re-feed from project office • Renovate basement of Operators Quarters to accept new equipment (includes breaching interior wall, pouring concrete slab, and running electrical wire & conduit) • Relocate generator from the gatehouse to the basement • Relocate main distribution panel from the utility pole to the basement • Install new ATS in the basement • Utilize existing fuel tank in the basement that currently runs the furnace if feasible, otherwise install new fuel tank in basement for the generator • Install alarm system in Operators Quarters • Replace existing switchboard in gatehouse with new panel board, 5KVA transformer, and fused disconnect Additionally, the Government anticipates including a Definitive Responsibility Criterion (DRC) for this future solicitation. The DRC requirement means that if the apparent low bidder cannot meet this requirement, then the award would shift to the next lowest bidder who can substantiate this experience. This experience documentation would be not be requested until award is made. The Definitive Responsibility Criterion would consist of: "Interested firms should be able to provide a copy of a current E-1 electrical license from the State of Connecticut." Firms may use subcontractors to meet this Criterion. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above. Please include at least two specific examples of the firm's experience performing the work requirements stated above. The projects must have been performed within the last five years. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications, if subcontractors are planned to be used. Proof of bonding capability is required. Also, please include a copy of the Certification as noted above. Responses are due January 15, 2018. Responses should be sent by email to, Mr. Lennie K. Mattis (Lennie.K.Mattis@usace.army.mil). Responses are limited to twenty pages. Interested firms shall provide the above documentation by email. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18X0014/listing.html)
 
Place of Performance
Address: Thomaston Dam, 331 Hill Road, Thomaston, Connecticut, 06787, United States
Zip Code: 06787
 
Record
SN04774801-W 20171223/171221232057-11801a964417962ce514f27665f52f48 (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.