SOURCES SOUGHT
61 -- Inspection, Testing, Maintenance and Repair Service for Emergency Backup Power Generation Systems.
- Notice Date
- 2/11/2010
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF00359470
- Response Due
- 2/26/2010
- Archive Date
- 4/27/2010
- Point of Contact
- Kimberly L. Dulaney, 601-634-3954
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(kimberly.l.dulaney@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice for information and preliminary planning only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this requirement as either a certified HubZone, Service Disabled Veteran Owned Business (SDVOB), certified 8(a), or small business set-aside. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this NOTICE however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements below to submit a Capability Statement. The U.S. Army Corps of Engineers, Engineer Research and Development Center (ERDC), Vicksburg, MS has been tasked to solicit for an Inspection, Testing, Maintenance and Repair Service Contract for the emergency backup power generation systems. The contractor shall inspect, test, maintain, and repair emergency backup power generation systems. This includes but is not limited to system components such as control boards, transfer switches, batteries, belts, hoses, fuses, engines, circuit breakers and switches. This requirement requires the contractor to furnish all labor, supervision, tools, materials, equipment, incidental engineering, and transportation necessary for the maintenance and repair of the backup power generation system. There are a total of 24 backup power generations system. Each system includes a generator, power train and automatic transfer switch. Of the 24 systems, 18 are driven by diesel powered engines and 6 are driven by natural gas powered engines. Each system will require monthly and annual maintenance while repair services or service calls may be required. This Sources Sought is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). This Market Survey is not to be construed as a commitment by the U. S. Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Survey. Respondents will not be notified of the results of this survey or results of information submitted. After completing its analysis, the Government will determine whether to limit competition among either certified HubZone, Service Disabled Veteran Owned Business (SDVOB), certified 8(a) firms or proceed with competition among all small business firms. Interested contractors responding to this market survey must provide a capability statement demonstrating their experience, skills, capability to fulfill the Governments requirements, and past performance in providing the type services specified above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements below. Submissions that do not meet all requirements or are not submitted within the allotted time will not be considered. The Government respectfully requests information on or before 3:30 PM CST, Friday, February 26, 2010. Please provide capability statements to Kimberly Dulaney, Contract Specialist, ERDC Contracting Office, 3909 Halls Ferry Road, Bldg. 1003, Vicksburg, MS 39180-6199, or via email at Kimberly.L.Dulaney@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF00359470/listing.html)
- Place of Performance
- Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN02063279-W 20100213/100211234544-6277d1206949753771dd16700293f08f (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 |