Inactive
Notice ID:PANNAD19P0000004523
THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR BIDS/PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. No reimbur...
THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR BIDS/PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. 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 (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Service Disabled Veteran Owned SB (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Large Businesses are not excluded from responding to announcement; however, Small Business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of the construction and replacement of existing components of the electrical system for the Mission Support Group, Facilities, Logistics & Services Division (MSG/FLSD) located on Buckley Air Force Base, CO. The existing components of the electrical system that will be replaced with this project consist of a total of three (3) load centers and three (3) UPS battery systems. Each system will be replaced in a consecutive manner. This project will also require the construction contractor to utilize a Temporary Load Center which will be Government Furnished Equipment (GFE). This will be a trailer mounted load center, uninterruptable power supply, associated switchgear, batteries, and additional electrical infrastructure. The acquisition will be awarded as a total contract of the three (3) load center and UPS systems. The Magnitude of Construction for this project is between $25,000,000 and $100,000,000 Estimated duration of the project is 520 calendar days. The North American Industry Classification System code for this procurement is 238210 - Commercial and Institutional Building Construction with a small business size standard of $15,000,000. Small Businesses contractors must perform a minimum of 25 percent of the cost of the contract, not including the cost of materials, with its own employees. Interested sources shall submit a qualifications statement demonstrating their ability to perform work as described above. The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information. The project will require the contractor to have an approved facility site clearance at the time of offer, at the time of award and during the duration of the contract. A DD 254 will be provided during the solicitation phase. Interested sources shall submit the following: 1. Company name, address, point of contact, phone number, e-mail address, DUNS number, Cage Code, Business Size, and primary nature of business. 2. Indicate the primary nature of your business. 3. Provide up to 5 examples of projects similar to requirements described in the project description above, within the past 6 years. Please demonstrate experience in the type of work of similar contract value, in a similar type of location. Similar projects should include experience in the construction large Uninterruptible Power Supplies (UPS) 1-2 MW in size and associated lead-acid battery farms, medium voltage electrical (4,160V) work, work in 24-7 mission facilities with an uninterrupted mission maintaining redundancy during construction, work for the IC community, performing work in a secure compound under security control. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 4. Provide a letter from your surety regarding the potential Small Business General Contractor's maximum bonding capability for a single contract and total aggregate bonding capacity. Total submittal shall be no longer than 12 pages in one .pdf file or word document Email responses are required. Responses are to be sent via email to leila.s.miller@usace.army.mil no later than 12 noon local time, 25 APR 2019. THIS IS NOT A REQUEST FOR BIDS/PROPOSALS. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM.gov) to be eligible for award of Government contracts.