SOURCES SOUGHT
Z -- WA-LYONS FERRY-FIRE CONTROLS INSTALL
- Notice Date
- 4/5/2018
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
- ZIP Code
- 00000
- Solicitation Number
- 140F0118Q0080
- Response Due
- 4/19/2018
- Archive Date
- 5/4/2018
- Point of Contact
- Lautzenheiser, Karl
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond. The synopsis and solicitation, if issued, will be made available on FedBizOpps (http://www.fbo.gov). It is the potential offeror ¿s responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 238210 Electrical Contractors and Other Wiring Small Business Size Standard: $15.0 Million Product and Service Code (PSC): Z2JZ Repair or Alteration of Miscellaneous Buildings GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price to -Remove and replace the existing Fire and Maintenance (F&M) and Domestic line mechanical flowmeter. -Remove and replace the existing combined pump starter panel CC1 which has five motor starters in a single panel with four new standard cataloged individual pump starter panels (one for each pump) and not replace the starter that feeds the air compressor. -Remove and replace the existing 15HP pump starter panel with a new standard cataloged pump starter panel. -Remove and cap the existing conduit from the F&M tank control panel to the telemetry panel CC1 Work is located at Lyons Ferry Fish Hatchery, 13780 Highway 261, Starbuck, Washington 99359-0278. The proposed period of performance is 90 calendar days from issuance of notice to proceed. CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information to remove and replace existing fire and maintenance and domestic line mechanical flowmeter as listed under `GENERAL INFORMATION.' Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than $25,000 and shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). - Contract Number - Contract Title - Contract Location - Contract Type (Firm-Fixed-Price or Other (Please Specify)) - Worked as the Prime Contractor, Subcontractor or Other (Please Explain) - Contract Award Completion Date - Contract Actual Completion Date - Brief Explanation of Difference in Contract Award and Actual Completion Date - Contract Award Price - Contract Final Price (Inclusive of Modifications) - Brief Explanation of Difference in Contract Award and Final Price - Complexity of Project (High, Medium or Low) - Briefly describe the contract and how it is relevant to asphalt replacement work listed under `GENERAL INFORMATION.' INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm's responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled `CAPABILITIES.' 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government's project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Standard Time (PST) on April 19, 2018. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0118Q0080/listing.html)
- Record
- SN04879504-W 20180407/180405231116-a3f0850b0d162df5fd97c26ed3dfd33f (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 |