Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2017 FBO #5810
SOURCES SOUGHT

Y -- Repair M6 Substation

Notice Date
10/18/2017
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD Great Lakes FEAD 310 Seabee Way Great Lakes, IL
 
ZIP Code
00000
 
Solicitation Number
N4008518R3002
 
Response Due
11/1/2017
 
Archive Date
12/31/2017
 
Point of Contact
Harrell Hooks, Contract Specialist
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
The intent of this sources sought notice is to identify potential Small Business, 8(a), HUBZone, Service Disabled Veteran Owned or Women-Owned Small Business firms capable of repairing Substation M6, as well at other substation locations, at the Great Lakes Naval Base located in Illinois: Macdonough Street, South of Building 140 and East of Building 102 Naval Station Great Lakes Great Lakes, IL 60088 The scope of the work includes the following: The work includes furnishing all labor, transportation, supervision, material, equipment, and performing all operations in connection with the repair of Substation M6, 34.5kV switchgear, and Control Power Transformer (CPT); scope includes cleaning and inspection of equipment, testing and replacement of cables, relay testing and calibration (including comprehensive report), and voltage regulator repair. The period of performance is 180 days. The estimated magnitude of this project is under $300k. ALL SMALL BUSINESSES are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government s best interest. This office anticipates award of a contract for these services no later than May 2017. The appropriate NAICS Code is 237130, with a size standard of $36.5M. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL Businesses submit to the contracting office a brief capabilities statement package using the Sources Sought Questionnaire provided as an attachment to this notice to demonstrate ability to perform the requested services. In order to be included in the market research results, OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM), AND SAM MUST ACCURATELY DISPLAY YOUR SIZE AND OTHER INFORMATION. If a Joint Venture (JV), your SAM records must reflect that your JV is active. If an 8(a) company, please submit a list of the cities in which you have bona fide offices. All responses shall include: (1) Company Profile (no more than one page) to include your DUNS number, Small Business Type (i.e. 8a, SDVOSB, WOSB, etc.), number of employees, office location(s) and any other information you feel is pertinent and relevant to this project. In order to allow for timely review of submittals, we ask that you please not provide unnecessary information. (2) A Capability Statement, along with a maximum of five (5) Contract References that have performance within the past five (5) years, with similar scope, magnitude of effort and complexity. Examples of similar scope include having a contract which performs similar services identified above. Examples of magnitude of effort include a minimum value of $200,000 for one year. Examples of Complexity include covering the entire geographic location of this project. Additional Items of Consideration: - Invoices are submitted and processed through the Wide Area Work Flow (WAWF) system. Invoices for recurring services must have a minimum duration of 30 calendar days between submittals. In accordance with FAR clause 52.232-25, Prompt Payment, the payment due date is 30 calendar days after inspection of the invoice in WAWF. - Any small business must be able to comply with the Limitations on Sub-contracting FAR 52.219-14 which in part states for Services At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. - The contractor will be required to sub contract the services identified under Required sub-contracts, which entails managing sub-contractor relationships and performance without any negative impact to the Government. - There are required response times to service calls with may include non-regular duty hours, and days, that if the Government requests, the contractor will be required to respond to, and relieve and/or diagnosis the issue. RESPONSES ARE DUE ON 1 November 2017 by 2:00 P.M. C.D.T. LATE RESPONSES WILL NOT BE REVIEWED. Electronic submissions of the Statement of Capabilities Packages are preferred, and should be sent via email to harrell.a.hooks@navy.mil. If you are submitting by mail, your package should be sent to the following address: Naval Facilities Engineering Command, Mid-Atlantic, PWD GL (ATTN: Harrell Hooks); 310 Seabee Way, Bldg. 1H; Great Lakes, IL 60088. Questions or comments regarding this notice may be addressed by email to harrell.a.hooks@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N4008518R3002/listing.html)
 
Record
SN04717021-W 20171020/171018231341-5c4b3c537c574328b4050b7005a5567c (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.