Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2023 SAM #7771
SOURCES SOUGHT

Y -- ER Transmissions and Substations System, MacDill AFB, FL

Notice Date
3/6/2023 9:52:15 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127823R0043
 
Response Due
3/21/2023 3:00:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Jillian Saffle, Phone: 2514415584, Kenneth Harlan, Phone: 2516943763
 
E-Mail Address
jillian.e.saffle@usace.army.mil, Kenneth.P.Harlan@usace.army.mil
(jillian.e.saffle@usace.army.mil, Kenneth.P.Harlan@usace.army.mil)
 
Description
Market Research and Sources Sought Notice for information on capability and availability of contractors to perform a large scale construction project for a USACE customer at MacDill Air Force Base (AFB), Florida. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at MacDill AFB, FL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the Government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates upgrading the existing switch near the Tanker Way Gate substation feeder and construction of new underground electrical distribution lines and switching stations to add redundancy along with resiliency to the base�s existing electrical distribution system. The upgrade of the existing switch near the Tanker Way Gate consists of replacing the existing 25 mega-watt (MW) switch with a new redundant 35MW switch for the feeder from the Tampa Electric Company (TECO) substation. This will allow the new Tanker Way Gate switch and the existing MacDill Avenue 35MW switch to provide redundancy so that either switch shall be capable of carrying the entire load of the base. In addition, a set of 8,100 lineal feet (LF), 15 kilovolt (kV) capacity underground distribution lines shall be constructed to increase the capacity of the existing interconnection between the new Tanker Way switch and the existing switch near the MacDill Avenue Gate. Additionally, a new underground electrical branch distribution line and switch to the Dale Mabry Main Gate and Visitor�s Center will be constructed, which are both currently not connected to MacDill's distribution system. Underground electrical power distribution will be provided as a design build construction project in accordance with the DoD Unified Facilities Criteria (UFC) UFC 3-501-01 Change 1, Electrical Engineering, UFC 3-550-01 Exterior Electrical Power Distribution, with Change 3, UFC 1-200- 01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The cost of construction is expected to range $25 million - $100 million.� Proposed construction duration of 800 calendar days.� Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237130 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity). 4. Past performance information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last ten (10) years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: jillian.e.saffle@usace.army.mil and kenneth.p.harlan@usace.army.mil. The subject line of the e-mail shall reference the Market Research number in the announcement and submittals are due no later than 21 March 2023. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e1b7c7717e740deb5976bd7ac7d43d5/view)
 
Place of Performance
Address: Tampa, FL 33608, USA
Zip Code: 33608
Country: USA
 
Record
SN06609983-F 20230308/230306230109 (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 |
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.