SOURCES SOUGHT
Y -- Spillway Elevator Rehabilitation, Chief Joseph Dam, Bridgeport, WA
- Notice Date
- 6/9/2015
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W68MD951143338
- Response Due
- 6/19/2015
- Archive Date
- 8/8/2015
- Point of Contact
- BOBBIE WEITZEL, 206-764-6692
- E-Mail Address
-
USACE District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OFA PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Corps. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB),8(a) Business Development Program, Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 238990, All Other Specialty Trade Contractors; small business size standard is $14 Million. The Federal Service Code (FSC) is Y1JZ. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. Limitations on Subcontracting: The prime contractor, in accordance with FAR clause 52.219-14 Limitations on Subcontracting paragraph(c)(4) Construction by special trade contractors, will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published in the FEDBIZOPPS (WW.FBO.GOV). Responses to this SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. PROJECT INFORMATION : Work is to upgrade one (1) elevator located in the Spillway at Chief Joseph Dam. Upgrading includes: Installation of new elevator systems and equipment to replace the old systems and equipment. Existing features to be replaced include, but are not limited to: the hoist motor (including DC motor generator set); the hoist gear box; elevator brakes; hoist way ropes, wedge sockets and shackle rods; rope brake; rope deflector sheaves; speed governor; elevator car and counterweight guide rail shoes; elevator car safeties; counterweight and cable compensation chains; elevator car gates; elevator car flooring; oil buffers for the elevator car and counterweights; and elevator electrical systems and wiring including all traveling elevator car power and communications cabling, disconnect switches, motor feeders elevator car lighting and all associated controls including controller cabinets. The elevator car to be provided with new operating controls, handrails, communications devices, and new hall call stations at each floor landing. The magnitude of construction is $500,000 to $1 Million. REQUIREMENTS: Interested firms should submit a capabilities package, limited to three pages, to include the following: 1. Firm's name, address, point of contact, phone number, email address and business classification (i.e., small business). 2. Firm's interest in bidding on the solicitation if issued. 3. Three (3) examples of past projects as the Prime Contractor for a freight/passenger elevator with a capacity of 3,000 - 5,000 pounds completed within the last ten (10) years. Examples should include the following information: A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project and Project schedule and duration. 4. Provide your company's CAGE code. 5. Firm's Joint Venture Information, if applicable. 6. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate b. Proof the contractor can provide bonding for the maximum amount of the magnitude of construction range. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Point of Contact for the Bonding Company. g. Other commitments that might interfere with performance of the contract. Responses to this Synopsis will be shared with the Government Project Team, but otherwise will be held in strict confidence. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under this sources sought announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive a copy of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received as soon as possible but no Later than 2:00 pm (Pacific Time) on 19 June 2015. The responses should be forwarded to the attention of Caroline Mueller, Contract Specialist, by email: caroline.b.mueller@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD951143338/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN03758501-W 20150611/150609235715-c7f6f4487b98307e0e3518b2d337d76c (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 |