SOURCES SOUGHT
J -- Lighting Upgrade (ECIP)
- Notice Date
- 11/9/2017
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123618B0004
- Archive Date
- 7/2/2018
- Point of Contact
- Temekka S. Ellis, Phone: 757-201-7035, Marc H. Nguyen, Phone: 757-201-7839
- E-Mail Address
-
temekka.s.ellis@usace.army.mil, marc.h.nguyen@usace.army.mil
(temekka.s.ellis@usace.army.mil, marc.h.nguyen@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. All interested firms should respond to this notice. Description of work: The U.S. Army Corps of Engineers (USACE) Norfolk District (NAO) is seeking a business capable of replacing Metal Halide lighting with LED lighting at Fort Lee, VIRGINIA. The lighting is currently located in the high-bay training areas of each building. A portion of the project includes isolating the emergency lighting from the general area lighting in the training areas. This will involve running new circuits in accordance with the prepared/provided drawings. The project will need to be phased to minimize disruption to the ongoing training. Each training area is broken up into multiple bays. The contractor will not be allowed to occupy more than one bay at a time while training may be ongoing in adjacent bays. Each bay contains training aids, therefore the contractor will have to work around and above the training equipment located within the bay. This is an energy conservation effort IAW Energy Policy Act of 2005, EISA (Energy Independence and Security Act), and FAR 23.203. THIS PROJECT IS PLANNING FOR SEALED BID. Bidders will be evaluated on conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. The contract duration is approximately 15 months. The magnitude of construction is $1,000,000.00 to $1,500,000.00. The NAICS code applicable to this requirement is 238210, with a small business size standard of $15 million. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts: Interested contractors shall submit the following: 1. Company name and address, phone number, business type, bonding capacity, CAGE Code and point-of-contact. 2. This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. 3. Provide at least one (1) example of projects similar size/scope described in the project description above, within the past five (5) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of electrical repair. In addition, please provide recommendation on what would be a reasonable time (number of years of experience) to assess experience qualification. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about February 1, 2018. The bid due date shall be at least 30 days after the IFB is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. This Sources Sought announcement is not a request for competitive proposals. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE is not seeking or accepting unsolicited proposals, and USACE will not accept telephone inquiries. All questions and correspondence shall be directed via email to Temekka Ellis at temekka.s.ellis@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. Submit response via email to temekka.s.ellis@usace.army.mil with copy furnished to marc.h.nguyen@usace.army.mil with the subject including the Source Sought No. W91236-18-B-0004. Capability package must be submitted no later than on or before 4:00 PM EST, Monday, November 27, 2017. Limit capability briefing package to 12 pages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123618B0004/listing.html)
- Place of Performance
- Address: Fort Lee, Virginia, 23801, United States
- Zip Code: 23801
- Zip Code: 23801
- Record
- SN04737239-W 20171111/171109231236-a22d5cc9c27cb717974ca6791086a400 (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 |