California Bids > Bid Detail

Black Butte Sump Pump Install

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159729395166036
Posted Date: Oct 27, 2022
Due Date: Nov 17, 2022
Solicitation No: W9123823S0007
Source: https://sam.gov/opp/c8c634f3dc...
Follow
Black Butte Sump Pump Install
Active
Contract Opportunity
Notice ID
W9123823S0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
US ARMY ENGINEER DISTRICT SACRAMENT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Oct 27, 2022 07:21 am PDT
  • Original Published Date: Oct 26, 2022 03:19 pm PDT
  • Updated Response Date: Nov 17, 2022 10:00 am PST
  • Original Response Date: Nov 17, 2022 10:00 am PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Updated Set Aside:
  • Product Service Code: N043 - INSTALLATION OF EQUIPMENT- PUMPS AND COMPRESSORS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Orland , CA 95963
    USA
Description View Changes

This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.



NO AWARD will be made from this Sources Sought Notice.



NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation. Requests for any of this information will go unanswered.



If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, requires that the small business contractor will self-perform at least 50% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, and workload capacity to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.



The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to furnish and install new suspended duplex sump pumps and ancillary components in existing sump pump location. Other than small business are encouraged to express interest and submit capability statements as well.



Contractors’ capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors.



The Government estimates issuing a solicitation mid-December 2022.



The Government intends to award a Firm-Fixed Priced purchase order.



The NAICS Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors). The size standard is $16.5 million. Product Service Code is N043 (Installation of Equipment – Pumps and Compressors)



GENERAL SCOPE:



Provide and install new suspended duplex sump pumps in existing sump pump location on floor elevation 404.0 ft. Connect the new sump pumps to the existing 6-inch discharge piping within the sump pit. Sump pumps shall be automatically controlled by float switches and an alternator. Provide and install two new motor controllers for sump pump motors. Motor controller enclosures shall be watertight and dustproof. Provide and install new wires inside existing conduit feeding new motor controllers from main distribution panel located on the top of the control tower, elevation 515.0 ft., and motors feeding from wall mounted motor controllers. Combination motor starter/controllers shall be rated at minimum of 5 Hp operation, 440V, 3-phase, with 3 position pump selector switches. All new electrical equipment shall duplicate the existing electrical equipment capability. Sump alarms shall sound at the top floor of the control tower and at the project office.



CAPABILITY STATEMENT



The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current service contractor market capabilities. Please provide your response to the following. The submission is limited to 10 pages.



1) Offeror's name, UEI #, address, point of contact, phone number, and e-mail address.



2) Offeror's experience and capability to complete (either through self-performance in excess of 50% or the managing of one or more subcontracts as a Prime) contracts of comparable work performed within the past 6 years. Describe the Prime’s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project.



3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns).



The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Quotes/Proposal that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.



This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received.



Please notify this office in writing via email by 10:00 am, Thursday, November 17, 2022. Submit response and information through email to: ernest.s.warren@usace.army.mil. Please include the Sources Sought No. W9123823S0007 in the subject line.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >