SOURCES SOUGHT
Z -- Electrical Service Revisions
- Notice Date
- 12/13/2012
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, Florida, 33177-1630, United States
- ZIP Code
- 33177-1630
- Solicitation Number
- HSCG82-13-B-PMV135
- Archive Date
- 5/31/2013
- Point of Contact
- Sandra I Thibodeau, Phone: 305-278-6731, Lesia K Moyer, Phone: 305-278-6725
- E-Mail Address
-
Sandra.I.Thibodeau@uscg.mil, Lesia.K.Moyer@uscg.mil
(Sandra.I.Thibodeau@uscg.mil, Lesia.K.Moyer@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE TO IDENTIFY INTERESTED CONTRACTORS AND DETERMINE THE SET-ASIDE. This project is to furnish all labor, materials and equipment to perform various Electrical Service Revisions with a proposed general scope of work to include, but not limited to the following general items: 1. Replace a 30kW single-phase diesel generator set with a 150kW three-phase self-contained diesel generator set in an aluminum sound rated enclosure, provide a 600 ampere 240 volt, three-phase, delta corner grounded (Phase A) service entrance rated NEMA-3R automatic transfer switch, provide three-phase load balance, provide single-phase load balance, provide modifications to the existing Memphis Light, Gas and Water (MLGW) 240 volt, corner grounded delta service. 2. Provide metal building grounding and 240 volt, three-phase service panel grounding and 240 volt, single-phase service grounding. 3. Replace aged electrical equipment in the flood zone with an elevated reinforced concrete service platform and new replacement electrical distribution equipment. 4. Provide a site grounding system; interconnecting the utility service, generator service, waterfront elevated electrical service, Sector Engineering Metal Building, and the Sector Response Metal Building. The performance period will be 150 calendar days. The estimated value of this procurement is between $100,000and $200,000. The applicable North American Industry Class System (NAICS) 2007 code is 238210. The small business size standard is a three-year average annual gross receipt of $14.0 million. Bid, payment, and performance bonds are required. All responsible sources eligible under the set-aside may submit a bid which shall be considered by this agency. The following are tentative dates for this project: Solicitation issued: 01/18/2013 Bid Opening: 02/17/2013 Contract Performance Completion: 09/15/2013 The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. The U.S. Coast Guard is considering whether or not to set aside this acquisition for Economically Disadvantaged Women-Owned, HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB) or Small Business concerns. At the present time, this acquisition is expected to be issued as a Small Business set-aside. However, in accordance with FAR 19.203, if your firm is Economically Disadvantaged Women-Owned, HUBZone certified or a Service-Disabled Veteran-Owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Sandra.i.Thibodeau@uscg.mil or fax to 305-278-6696 with "Sources Sought for Solicitation Number HSCG82-13-B-PMV135" in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying your small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become an EDWOSB, HUBZone or SDVOSB set aside, the applicable FAR clause, will apply. Response is required by 12/31/2012. All of the above must be submitted in sufficient detail for a decision to be made on a small business program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUM/HSCG82-13-B-PMV135/listing.html)
- Place of Performance
- Address: U.S. Coast Guard Sector Lower Mississippi River, Memphis, Tennessee, 38105-1502, United States
- Zip Code: 38105-1502
- Zip Code: 38105-1502
- Record
- SN02948837-W 20121215/121213235018-7d90138a791a2bf0dae3ef6c3f4e4837 (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 |