SOLICITATION NOTICE
Y -- RCC BERM ELECTRICAL REWORK
- Notice Date
- 2/24/2022 6:33:29 PM
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
- ZIP Code
- 37203-1070
- Solicitation Number
- W912P522B0003
- Response Due
- 2/25/2022 11:00:00 AM
- Point of Contact
- Dellaria Martin, Phone: 6157367986, Ray Kendrick, Phone: 6157367932, Fax: 6157367124
- E-Mail Address
-
dellaria.l.martin@usace.army.mil, Ray.Kendrick@usace.army.mil
(dellaria.l.martin@usace.army.mil, Ray.Kendrick@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PROJECT DESCRIPTION: The Nashville District, U.S. Army Corps of Engineers, intends to issue an Invitation for Bid (IFB) for a firm fixed-price construction contract for work includes removing some electrical equipment in the roller-compacted concrete (RCC) berm and installing new electrical / mechanical equipment in the new building above the RCC berm. Some of the existing electrical equipment in the gallery of the RCC berm shall be abandoned in place. New equipment includes, but not limited to, lighting, controls, switches, dehumidifier, and HVAC system. Electrical equipment shall be as specified in the contract plans and specifications. A building shall be provided as part of this contract to house the equipment. Generally, the building must protect equipment inside from water and moisture damage and have minimum architectural features that are standard for a storage-type building (similar to the ICC IBC Group S-2). The building is a deferred design item; see the contract drawings for performance criteria. Expected structure types have been listed in the drawings, but alternates will be considered by submitting to the Contracting Officer Representative for review. The new building shall be equipped with a ductless mini split AC unit and dehumidifier to help prevent any future moisture issues from occurring. The AC unit will be provided with the thermostat to automatically switch between heating and cooling to keep the electrical equipment from the extreme temperature. Dehumidifier shall automatically turn on/off based on the pre-setting. Dehumidifier shall have automatic discharge of condensation. For equipment sizing and general drainage layout, refer to the contract drawings. USACE, Nashville District �USACE�, will design and develop the construction documents for the project. �The specifications will be provided with the solicitation announcement. DISCLOSURE OF THE MAGNITUDE OF THE PROPOSED CONSTRUCTION PROJECT: Between $500,000 and $1,000,000. NAICS CODE AND SBA SIZE STANDARD: Y1JZ and 237130, Power and Communication Line and Related Structures Construction Size Standard $39.5M. TYPE OF SET-ASIDE: 100% Total Small Business Set-aside SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or around Tuesday, February 22, 2021 SITE VISIT DATE: A site visit is� scheduled on� Wednesday, March 2, 2022, 9:00 AM. Due to the Social distancing guidelines provided by CDC because of COVID 19, no more than two (2) company representatives will be allowed to attend the site visit. Each individual will be responsible providing his/her own safety equipment (i.e. hard hats, steel toed safety shoes, ����etc.). Additional details regarding meeting place and time will be provided once the complete solicitation package has been posted to Sam.gov. Contractors who are interested in attending the site visit are strongly encouraged to submit the site visit request form as soon as possible to avoid missing the submission deadline for the forms. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of the contract performance (FAR52.237-1, Site Visit). SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors are required to be registered in the System for Award Management (SAM) database (www.sam.gov) at the time an offer is submitted in order to comply with the annual representations and certifications requirements. � ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the https://SAM.Gov� website, https://SAM.Gov . It is and will continue to be, the responsibility of all potential offerors to monitor the https://SAM.Gov �website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. (2) Attachments: Site Visit Request Form Foreign National Site Visit Request Form
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/834b23ca9e7b47d7b82f7aeef7794b63/view)
- Place of Performance
- Address: Lancaster, TN 38569, USA
- Zip Code: 38569
- Country: USA
- Zip Code: 38569
- Record
- SN06250159-F 20220226/220224230057 (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 |