SOURCES SOUGHT
Y -- UPS and Switchgear Replacement
- Notice Date
- 2/9/2006
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
- ZIP Code
- 60088-5600
- Solicitation Number
- Reference-Number-SS064212
- Response Due
- 3/6/2006
- Archive Date
- 3/21/2006
- Description
- SOURCES SOUGHT NOTICE UPS AND SWITCHGEAR REPLACEMENT BLDG #3900, TINKER AFB OKLAHOMA CITY OK This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing the RFP. The intent of this sources sought notice is to identify potential Section 8 (a), HUBZone or Service Disabled Veteran Owned Small Business (SDVOSB) offerors capable of replacing the existing uninterruptible power supply (UPS) system to support 24-hour continuous operation of the existing data center located at Tinker Air Force Base in Oklahoma City, Oklahoma. It is the intent and objective of the Government to enhance the reliability and maintainability of the facility electrical infrastructure to facilitate on-line maintenance of the systems while maintaining UPS protection to the data center computer loads. The project includes the addition of a second UPS system, which will provide 2N redundancy, and the replacement of the existing UPS system. The new system will be composed of a flywheel UPS with a backup diesel engine generator. After the new UPS system is installed, the existing UPS system and its batteries will be removed and disposed of, and a new multi-module flywheel UPS system will be provided. The replacement UPS system will have N+1 module redundancy. The existing generators will remain as the backup system to the replacement UPS system. The NAICS Code for this proposed procurement is 238210 and the annual size standard is $13 Million. This proposed solicitation is being considered as a set-aside under Section 8(a) of the Small Business Act, a HUBZone set-aside under the Small Business Reinvention Act of 1997 or a SDVOSB set-aside under Section 308 of Public Law 108-183. Estimated cost of this potential contract is between $1,000,000 and $5,000,000. STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will be the basis for the Navy?s decision to establish this requirement as a competitive 8(a), HUBZone, or SDVOSB set-aside acquisition. Interested 8(a), HUBZone or SDVOSB sources must submit an SOC describing in detail the firm?s capability to provide replacement of UPS of this magnitude. SDVOSBs are encouraged to register at the U.S. Department of Veterans Affairs Vendor Information website at http://vip.vetbiz.gov/. Your SOC shall include the following: (1) Full name and address of the construction firm and the year the firm was established. (2) Provide proof of 8(a) or HUBZone status. If responding as an 8(a), provide the name and phone number of your Small Business Opportunity Specialist. (3) Provide past performance documentation for a minimum of three previous UPS projects completed within the last five years that are similar in size, scope and complexity to this project. Include resumes and prior experience of key personnel for both the prime and planned subcontractors for the construction team. Provide points of contact with current telephone numbers for reference information on the listed projects. (4) Provide information on any planned teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The SOC must be complete and with sufficient detail to allow the Navy to determine the firm?s qualifications to perform the defined work. Interested parties shall mail or hand deliver an original and two copies of their SOC no later than March 6, 2006 at 2:00 p.m. to: NAVFAC MW PWD CENTRAL Attn: Josie Guy 201 Decatur Avenue, Building 1A Great Lakes, IL 60088 This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Navy, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, experience, past performance and price evaluation by the Government. The Government will not pay for any effort expended in responding to this notice.
- Place of Performance
- Address: Tinker Air Force Base, Building #3900, Oklahoma City, OK,
- Zip Code: 73101
- Zip Code: 73101
- Record
- SN00984772-W 20060211/060209212842 (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 |