SOURCES SOUGHT
Z -- PAINT POWERHOUSE EQUIPMENT, BEAVER LAKE WHITE RIVER BASIN, BENTON COUNTY, ARKANSAS
- Notice Date
- 7/28/2017
- 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, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
- ZIP Code
- 72203-0867
- Solicitation Number
- W9127S-17-R-0006
- Point of Contact
- BettyeLou Mahoney, Phone: 5013401056
- E-Mail Address
-
bettye.l.mahoney@usace.army.mil
(bettye.l.mahoney@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 not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a requirement to Paint Powerhouse Equipment at Beaver Lake, Arkansas. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Contracting by Negotiations. 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), & 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, & WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of providing labor and materials to perform the following requirement at the Beaver Lake Powerhouse: Blast cleaning and painting the interior steel surfaces of Unit 1 and Unit 2 penstock assemblies, scroll cases, wicket gates and metal pier noses, repairing pits greater than 1/4" deep in the penstock liners with welded material, and completing all incidental activities and related work items required to complete the project, including, but not limited to, providing all labor, equipment, tools and materials necessary to complete the work as specified in the drawings and specification, and mobilization and demobilization to and from the work site. Optional work items for this project include: •Blast cleaning and painting the exposed exterior, lead-based paint coated steel surfaces of Unit 1 and Unit 2 penstock tubes. •Blast cleaning and painting the interior steel surfaces of the station service penstock. •Installing new access hatches for the service station penstock. •Blast Cleaning and painting the interior steel surfaces of the station service draft tube. •Blast cleaning and painting the steel surfaces of the draft tube liners for both Unit 1 and Unit 2. •Blast cleaning and painting exposed exterior, lead-based paint coated steel surfaces of the station service penstock tube. •Repairing pits deeper than 1/4" in the station penstock liner. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 & $5,000,000 The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36,500,000. The Federal Supply Code is Z2MD. 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 specialty 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 August 22, 2017, and the estimated proposal due date will be on or about September 21, 2017. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and invite 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 contracts with a similar scope, 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. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 6. 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 2:00 pm on August 4, 2017 All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, fax or email your response to Bettye Lou Mahoney, Little Rock District Corps of Engineers, 700 W. Capitol Avenue Room 7315, Little Rock, AR 72201. Email: bettye.l.mahoney@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-17-R-0006/listing.html)
- Place of Performance
- Address: Beaver Lake White River Basin, Arkansas, United States
- Record
- SN04603561-W 20170730/170728232644-4e0f281ed116b17a5d1fe1c92454b2af (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 |