Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
SOURCES SOUGHT

59 -- Fall Creek Electrical Supplies

Notice Date
4/12/2017
 
Notice Type
Sources Sought
 
NAICS
335932 — Noncurrent-Carrying Wiring Device Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-17-T-0035
 
Point of Contact
Christopher Porter, Phone: 6157367685
 
E-Mail Address
Christopher.R.Porter@usace.army.mil
(Christopher.R.Porter@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR A REQUEST FOR PROPOSAL (RFP). THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THIS ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS. PURPOSE: The U.S. Army Corps of Engineers, Nashville District is conducting this Sources Sought in support of Market Research to find out if there are small businesses capable of providing electrical supplies. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of set-aside decision to be issued will depend upon the responses to this sources sought. GENERAL INFORMATION: The proposed project will be a Firm Fixed Price contract. Small Business Size Standard in number of employees for this acquisition is 1,000. Interested parties must be registered in the System For Award Management (SAM), www.sam.gov. DESCRIPTION OF REQUIRED ITEMS: 1. 3" pvc, Sch 40, 10 ft, conduit W/Bell end 2. 3" pvc, Sch 80, 10 ft, conduit W/Bell end 3. 350 MCM THHN copper insulated underground wire 4. 3" elbows, Bell type, Sch 40, 5. 3" extended elbows, Bell type, Sch 80, 6. Pull rope, 5/8" 7. oval cable strap box connector 8. 3" ridged steel conduit, 10' lengths, hot dipped galvanized, threaded on each end 9. 3" ridged conduit, steel long sweeping elbows, 10' lengths, hot dipped galvanized, threaded on each end 10. 3" ridged conduit, steel, couplings, hot dipped galvanized, threaded on inside end to end 11. 3" ridged conduit, steel, couplings, hot dipped galvanized, threaded on inside at one end and on outside on other end 12. 3" ridged couplings to Schedule 40 pipe 13. Concrete, wet 14. DGA 15. 200 AMP, 120/240V AC, 1-Phase, Main Circuit Breaker Load center, 16-Space, 32-Pole, Aluminum Bus, Cover: Surface/Flush with Door, NEMA 1- outdoor 16. Breakers for 200 amp boxes, 50 amp two pole for exterior box use 17. 200 amp breaker for above box 18. 200 amp quick disconnect, heavy duty safety switch, fusible exterior use 19. Fuses for quick disconnect box supplied 20. Standard strut, channel, slotted, 10', 1-5/8"X 1-5/8", galvanized 21. 50 amp breakers for load center 22. 3" conduit to post clamps 23. Aluminum foil warning tape 24. Wire pulling lubricant designed for pulling large wire over long distances NOTE: All schedule 80 materials shall be compatible. All schedule 40 materials shall be compatible. All ridged materials shall be compatible. All Electrical load centers, disconnects and Schedule 80 materials shall be compatible. PACKAGING & PROTECTION: Materials shall be packed in a manner acceptable to preserve the condition of the materials until such time the materials are inspected and inventoried by the receiver. The packaging shall clearly identify the contents and weight of the package. Loose items shall be packaged together in a single container. All transportation, delivery, and storage costs shall be included in the quote. Materials shall be adequately protected from damage during shipping and handling. All damage shall be repaired or replaced by the supplier with no additional cost to the Government. QUESTIONS: 1. Name of your firm: 2. CAGE: 3. Point of Contact, Phone number and EMAIL address: 4. Are you capable of performing this above reference type of work? 5. Please list a Federal or non-Federal contracts successfully completed, similar to the above referenced type of work: a. Contract number: b. Year Completed: c. Dollar Amount: d. General Description of project: 6. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? 7. Would you be interested in quoting this work if it were solicited? 8. Please provide any additional information you feel is necessary: RESPONSES: Receipt of responses shall be no later than 10:00 a.m. CST on April 19, 2017. Responses to this sources sought may be faxed to 615-736-7124 to the attention of Christopher Porter or emailed to Christopher.R.Porter@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-17-T-0035/listing.html)
 
Place of Performance
Address: Lake Cumberland Facility Manager’s Office, 855 Boat Dock Road, Somerset, Kentucky, 42501, United States
Zip Code: 42501
 
Record
SN04469665-W 20170414/170412234504-cd9963a4b5b75f35f91273d308ddbbee (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.