Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2017 FBO #5819
SOURCES SOUGHT

Z -- Fire Pump System - Attachments

Notice Date
10/27/2017
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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
W9127S14D6001001301
 
Archive Date
11/21/2017
 
Point of Contact
Vickey J. Polson, Phone: 5013401279, Lakisha D. Vance, Phone: 5013401264
 
E-Mail Address
vickey.j.polson@usace.army.mil, lakisha.d.vance@usace.army.mil
(vickey.j.polson@usace.army.mil, lakisha.d.vance@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 of 3 Attachment 2 of 3 Attachment 1 of 3 Sources sought document SOURCES SOUGHT SYNOPSIS For Fire Pump System at Bldg 178, Ft. Detrick, Maryland 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 individually notified of the results but should review FBO.gov for a resulting solicitation, if issued. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a contract/task order for a fire pump system. Proposed project will be a competitive, firm-fixed price, design build contract procured in accordance with FAR 15 or FAR 16. 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. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, and SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of selecting and installing a fire pump system. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $100,000 and $250,000 Estimated duration of the project is 90 calendar days. Minimum capabilities required include; 1) The contractor is responsible for system design to include all necessary support (structure, pad, etc.); electrical requirements; plumbing fixture, fittings, piping, etc.; and any other requirements to deliver an integrated, certified fire pump system. 2) The contractor is responsible for component selection that achieves performance requirements. 3) The contractor is responsible for all demolition required to permit installation. 4) The contractor is responsible for all construction and installation. 5) The contractor is responsible for all testing and certification to bring the fire pump system online. Assumed characteristics for market research purposes Pump: minimum 1500gpm, 60+ psi. Examples: - AC Fire Pump system: Series 1580 Model 8x8x13.5F 60 Hz motor https://acfirepump.xyleminc.com/A-C_FirePump/FP_Select_RPM.aspx - Peerless model 6UNF12 (.pdf "Section 1540...") Electrical - Pump motor will require a dedicated circuit, conduit, box, and breaker. Reference drawings: Pg6 from A.07.23_RefDwgsAT Pg5 from A.07.23_RefDwgsAT Attachments: • Section 1540 PC p7.pdf • Pg6 from A.07.23_RefDwgsAT • Pg5 from A.07.23_RefDwgsAT The North American Industry Classification System code for this procurement is 238220 which has a small business size standard of $15.0 Million. Small Businesses and 8(a) participants are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 25% 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 unknown, and there is no estimated proposal due date. 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 Sources Sought shall be limited to 5 pages and shall include the following information. All interested firms must be registered in SAM http://sams.com/ to be eligible for award of Government contracts. Instructions: Submit your responses via email to Vickey.j.polson@usace.army.mil and Lakisha.d.vance@usace.army.mil not later than Monday, November 6, 2017 at 10:00 AM Central Time. The subject line should read Sources Sought Survey. Date: ___________________________ 1. Company Information: Company Name: __________________________________________________________ Company CAGE code and DUNS: _____________________________________________ Address: ________________________________________________________________ City/State/Zip: _____________________________________________________________ Point of Contact Name & Title: ________________________________________________ Phone Number: ____________________________________________________________ Email Address: _____________________________________________________________ 2. Size of Company Large: ________________________________ Small: ________________________________ Small Business Category: 8(a) ___________________________________________________________ HUB Zone ______________________________________________________ Service Disabled Veteran Owned Small Business________________________ Woman-Owned Small Business ______________________________________ 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 three examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, or 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S14D6001001301/listing.html)
 
Place of Performance
Address: Fort Detrick, Maryland, Fort Detrick, Maryland, United States
 
Record
SN04724953-W 20171029/171027230738-3f7a8e3e9bc59c9892cee48d5fcb2c5e (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.