Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOURCES SOUGHT

Y -- Provide and Install Solar Electric Panel System-Calaveras and Tulare County, California

Notice Date
6/28/2012
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-12-S-3084
 
Response Due
7/13/2012
 
Archive Date
9/11/2012
 
Point of Contact
MAJ Dominic J. Tanglao, 916-557-7208
 
E-Mail Address
USACE District, Sacramento
(dominic.tanglao@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to dominic.j.tanglao@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a [Provide and Install Solar Electric Panel System]. Provide labor, materials, equipment and professional supervision necessary to install and test various solar panels at two separate locations (New Hogan Lake and Dam Maintenance Building in Calaveras County, CA and Lake Kaweah Terminus Dam Butler Building at Tulare County, California. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, 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. This project is planned for advertising in July 2012. The estimated cost range according to the FAR 36.204 is between $100,000 to $250,000. The NAICS Code is 237130, the size standard is $33.5 million, and the Federal Supply Code is Y1MG, Construction of EPG Facilities-Solar. The duration of the project is 120 days for the entire project. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. PROJECT DESCRIPTION Scope of work includes the Installation and testing, of Solar Electric Panel Systems. The contractor shall provide material, labor and equipment necessary for installation of solar panels in two (2) separate locations. Contractor shall construct the appropriate mountings and install solar electric photovoltaic system(s) based on the number of solar panels at each location, thirty (30) solar panels each at New Hogan Lake and Dam and fifteen (15) solar panels each at Lake Kaweah, Terminus Dam. The Contractor shall provide material, labor and equipment necessary for interfacing the solar panel system with the existing electrical grid to include any necessary electrical utility lines. Panels will be roof-mounted where solar exposure is adequate. Contractor shall provide installation, wiring, fabrication, metalwork, all hardware, interconnection with utility company, as-built drawing of system installation, metal, wood, stucco and sheetrock repair, and a one year minimum warranty. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 20 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture or Teaming Arrangement information if applicable - existing and potential 6) Offeror's Bonding Capability in the form of a letter from Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time on July 13, 2012. Submit response and information to: MAJ Dominic J. Tanglao, CECT-SPK-A, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or dominic.j.tanglao@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-S-3084/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02788881-W 20120630/120628235101-22c775069baab03a7fab7979bab9112c (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.