SOURCES SOUGHT
Y -- Replace Electrical Distribution Circuit 1 & Airfield Lighting at Sheppard AFB
- Notice Date
- 11/2/2016
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-17-R-0011
- Point of Contact
- Pun Chittchang, Phone: 9186697544, Brian Hutchison, Phone: 9186697426
- E-Mail Address
-
punnie.chittchang@usace.army.mil, brian.c.hutchison@usace.army.mil
(punnie.chittchang@usace.army.mil, brian.c.hutchison@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award conversion of overhead to underground, Circuit 1, and airfield lighting at Sheppard AFB. Proposed project will be one of two options, 1) a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process, or 2) a negotiated task order on an existing indefinite-delivery indefinite-quantity contract. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: Replace all existing primary and secondary O/H and U/G electrical distribution lines serving Circuit 1 (approximately total 5.5 miles) with underground lines in an encased concrete conduit. Replace all existing U/G electrical distribution lines and associated lightning protection/grounding components serving the airfield. All distribution line replacement included in this project includes associated appurtenances such as transformers, switches, conduit, duct bank, and manholes. If feasible, reutilize existing manholes, conduit, and duct bank; provide new where needed. Where existing O/H line is replaced with U/G, remove existing electrical poles and crossarms, pole-mounted transformers, and pole-mounted lights; replace transformers with appropriate pad-mounted equivalent. Replace existing pad-mounted transformers. Replace street lights (total number 30) as indicated by project design drawings. Replace all existing U/G electrical distribution lines and associated lightning protection/grounding components serving the airfield. Cables should be sheathed in LLDPE due to project location in a 100-year floodplain. Replace copper airfield lighting control cable with fiber optic and all appurtenances to include required lightning protection/grounding components. Replace all existing constant current regulators (CCR) with FAA AC 150/5345-10G compliant ferrorresonant CCRs. Reconfigure existing duct bank supporting the airfield lighting system to comply with UFC 3-535-01, Table 12.1 beginning at the point of origin, the main utility vault, and continuing past the control tower eastward to the airfield. Ensure that medium voltage and high voltage cables are ducted separately. Reroute the path of the airfield control cable to ensure complete segregation from any power cables. Utilize comm ducts where possible to facilitate reconfiguration. When the extent of the existing comm ducting is reached the control cable must be placed in a new dedicated duct bank. Provide back-up airfield lighting control system to the airfield operations center via a programmable logic controller (PLC). Repair main airfield utility vault in accordance with UFC 3-535-01, 12-1.8. Replace existing 500kV emergency backup generator (E/G) and main service switch for UFC compliance. Reconfigure vault interior to achieve adequate spacing between CCRs for high voltage safety. Provide protected means of egress from the generator room to facility exterior. Provide small, basic latrine for use by the utility vault maintenance and repair workers. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000 The North American Industry Classification System code for this procurement is 237990 (Other Heavy and Civil Engineering Construction) which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 06APR2017, and the estimated proposal due date will be on or about 08MAY2017. Planned date of award is 20JUN2017. If the acquisition decision for this action is to award a competitive contract, the official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Minimum requirements for this project would include a project requiring conversion of overhead power lines to underground, with project cost of at least $10M. Two other projects of at least $5M requiring similar, related, or component work. At least one project must include major exterior lighting replacement/installation. 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM CST on 16 November 2016. All interested firms must be registered in CCR to be eligible for award of Government contracts. Please email your response to punnie.chittchang@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-17-R-0011/listing.html)
- Place of Performance
- Address: Sheppard, Texas, United States
- Record
- SN04318847-W 20161104/161102234638-0695ff96dbb0e1a5792464a8167f2eeb (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 |