SOURCES SOUGHT
Y -- Turbine Replacement & Generator Rewind, Norfork Powerhouse
- Notice Date
- 11/9/2020 5:39:09 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LITTLE RO LITTLE ROCK AR 72201-3225 USA
- ZIP Code
- 72201-3225
- Solicitation Number
- W9127S21R0001
- Response Due
- 12/11/2020 12:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Sarah N. Hagood, Phone: 5013401277, Fax: 5013245196, Jonathan J. Sawrie, Phone: 5013401045, Fax: 5013245196
- E-Mail Address
-
Sarah.N.Hagood@usace.army.mil, jonathan.j.sawrie@usace.army.mil
(Sarah.N.Hagood@usace.army.mil, jonathan.j.sawrie@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS � TURBINE REPLACEMENT & GENERATOR REWIND NORFORK POWERHOUSE MOUNTAIN HOME PROJECT OFFICE U.S. ARMY CORPS OF ENGINEERS (USACE) 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 notified of the results of the evaluation. 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 (WOSB). The Government must ensure there is adequate competition of responsible firms. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. Project Description: The work under this requirement includes design, manufacture, and install of Francis turbines, improvement of dissolved oxygen levels, rewinding of existing generator, and refurbishing associated equipment and components. The runner shall be designed using both Computational Fluid Dynamics (CFD) and a physical performance (scale) model. The latest design and proven technologies shall be applied to develop aerating capability for the replacement turbines. The existing generators will be rewound concurrent with the supply and installation of the turbines. Small Businesses are reminded under FAR 52.219-14, (Deviation 2020-O0008), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis. Interested Firms shall respond to this Sources Sought Synopsis no later than Friday, December 11, 2020, 2:00 PM CDT.� All construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Estimated Magnitude of Construction: Between $25,000,000.00 and $75,000,000.00. Estimated duration of the project is 1,460 calendar days. The North American Industry Classification System (NAICS) Code for this procurement is 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $39,500,000.00. The Product Service Code is Y1QA.� All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Responses should be addressed to: EMAIL: sarah.n.hagood@usace.army.mil Response to this Synopsis shall be limited to 5 pages and include the following information: Firm's name, address, point of contact, phone number, and e-mail address. Firm's Business Size under the respective NAICS. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Firm's interest in submitting a proposal for this requirement. Firm's capability to perform the magnitude and complexity outlined in the Project Description above. Provide three (3) examples of the firm's capability to execute construction-comparable work. Examples should be from the last five (5) years and include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. IF APPLICABLE: Firm's existing Joint Ventures, Mentor-Prot�g� Agreements, and/or other teaming arrangements that would be utilized for this requirement
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c69dd238382c4a1f81728a6cf9efe3b0/view)
- Place of Performance
- Address: Norfork, AR 72658, USA
- Zip Code: 72658
- Country: USA
- Zip Code: 72658
- Record
- SN05849743-F 20201111/201109230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |