SOURCES SOUGHT
Z -- Electrical Service Upgrade
- Notice Date
- 3/24/2011
- Notice Type
- Sources Sought
- Contracting Office
- MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
- ZIP Code
- 44067
- Solicitation Number
- E165690ELECW
- Response Due
- 4/14/2011
- Archive Date
- 3/23/2012
- Point of Contact
- Laurie Walker Contract Specialist 3304682500308 laurie_walker@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- Description: This is a SOURCES SOUGHT NOTICE. The National Park Service, is conducting a MARKET SURVEY to determine the interest and capability of HUBZone, 8(a), Service-Disabled Veteran-Owned, Woman Owned, Small Business Firms, and any firm eligible to compete in full and open competition under NAICS 238210 with a Small Business Size Standard $14.0M for an upcoming project to identify firms capable of providing all labor, material, equipment, transportation and supervision required for Electrical Service Upgrade for Elevator at Perry's Victory and International Peace Memorial, Put-in-Bay, Ohio 43456. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Descriptions: Work consists of but not all inclusive furnishing all labor, materials, tools, supplies, equipment, transportation, and supervision necessary for Electrical Service Upgrade for Elevator in Monument at Perry's Victory and International Peace Memorial, Put-in-Bay, Ohio. This project will involve the following: Work consists of replacing all copper wiring associated with the existing elevator service. Existing electrical service is 100 amp 3 phase 208 volt. The new installation will upgrade wiring and disconnects to handle 200 amps 3 phase installation which supplies a 1936 Otis Elevator within the 352-foot tall Monument. The Monument is a designated historic structure listed in the National Register of Historic Places. Every precaution shall be taken by the Contractor to prevent damage to the historical components of the building and elevator. Part of the wiring was replaced in 1982; the remaining wiring is deteriorated and could create a fire/safety hazard. All wiring and disconnects require replacement. The main power source is located in the Monument Basement main panel. Contractor must provide a 6" inch core drill from the elevator landing down through solid concrete to the basement, approximately 39'feet. Total installation of wiring approximately 500feet, only copper wiring allowed. Special Requirements: The Monument is a designated historic structure listed in the National Register of Historic Places. Every precaution shall be taken by the Contractor to prevent damage to the historical components of the building and elevator. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Magnitude of Construction estimate: Between $25,000 and $100,000 Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses, (5)Women Owned Small Business, and (6) any firm eligible to compete in full and open competition. A firm is considered small if their average annual receipts for the preceding three (3) years were less than or equal to $14.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (3) above to determine that an award of this project can solicited under the respective set-aside categories and awarded at a fair market price, any solicitation that may be issued may be issued as unrestricted without further consideration. SUMISSION REQUIREMENTS FOR INTERESTED FIRMS Request interested firms (regardless of size) submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) a summary of RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; (3) their SIZE STATUS; (4) the PERCENT OF WORK their firm can commit to accomplishing this work with in-house (not subcontracted) labor if awarded the contract. All responses must be submitted via e-mail NLT April 14, 2011 at 1:00pm EST to the following e-mail: laurie_walker@nps.gov or Fax 330-468-2507. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E165690ELECW/listing.html)
- Place of Performance
- Address: Perry's Victory and International Peace MemorialPut-in-Bay, Ohio
- Zip Code: 43456
- Zip Code: 43456
- Record
- SN02408999-W 20110326/110324235018-ade34fdfac6f4091f0d628a18b50ab73 (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 |