Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2018 FBO #5969
MODIFICATION

J -- Low-Pressure Carbon Dioxide (CO2) Service and Maintenance

Notice Date
3/26/2018
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF18QSS63
 
Point of Contact
Sara Edwards, Phone: 5095277216
 
E-Mail Address
sara.edwards@usace.army.mil
(sara.edwards@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Subject: Sources Sought to perform the non-personal service of providing service and maintenance on low-pressure carbon dioxide (CO2) for the following hydroelectric operating projects: Ice Harbor Lock and Dam, Burbank WA; Lower Monumental Lock and Dam, Kahlotus, WA; Little Goose Lock and Dam, Dayton, WA; Lower Granite Lock and Dam, Pomeroy, WA; and Dworshak Dam, Ahsahka, ID. Point of Contact: Sara Edwards, Contract Officer, 509-527-7216, sara.edwards@usace.army.mil The NAICS code for this requirement is 561621 Security Systems Services (except Locksmiths), contractors with a size category of $20.5 MIL in annual receipts or 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, contractors with a size category of $7.5 MIL in annual receipts. Description of the Requirement: The Contractor shall conduct maintenance and training for the system and recommend the National Fire Protection Association (NFPA) annual & 5 year maintenance requirements. On-site Government personnel will shadow the Contractor for the purpose of observation during the performance of their duties. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, as well as other items and non-personal services necessary to perform at the above operating projects. Work required by this contract shall be performed in accordance with the latest editions of NFPA 12 Standard on CO2 Extinguishing Systems, NFPA 25 Standard on Inspection, Testing and NFPA 72 National Fire Alarm and Signaling Code. Certifications required for this work include: National Institute for Certification in Engineering Technologies (NICET) Level 2. • At least a level 2 certificate in accordance with the American National Standards Institute/International Electrical Testing Association ETT-2000, Standard for Certification of Electrical Testing Technicians, or the equivalent National Institute Certification in Engineering Technologies standard. • Certified Universal Technician in refrigeration The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. This is not a solicitation. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Interested parties that respond to this sources sought announcement should submit the following information: (1) Your intent to submit a quote for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code and DUNS number or a copy of your System for Award Management (SAM) information (4) The category of business: large business, small business, such as 8(a), HUBZONE, or SDVOSB etc. (5) Statement of Capability stating your certifications, skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in working with similar systems, up to three (3) past projects for which your firm was the prime contractor. (6) List which Project office you can perform the work at: ______Ice Harbor Lock and Dam Burbank WA; ______Lower Monumental Lock and Dam, Kahlotus, WA; ______Little Goose Lock and Dam, Dayton, WA; ______Lower Granite Lock and Dam, Pomeroy, WA; ______Dworshak Dam, Ahsahka, ID. Interested parties should submit their responses to Sara Edwards, Contract Officer, via email to Sara.edwards@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18QSS63/listing.html)
 
Place of Performance
Address: Ice Harbor Lock and Dam, Burbank WA; Lower Monumental Lock and Dam, Kahlotus, WA; Little Goose Lock and Dam, Dayton, WA; Lower Granite Lock and Dam, Pomeroy, WA; and Dworshak Dam, Ahsahka, ID., United States
 
Record
SN04867406-W 20180328/180326231658-be14b22bf1bc32e20f14617d23af339d (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.