SOURCES SOUGHT
99 -- Hydropower Control Systems Technical Support
- Notice Date
- 7/21/2025 12:33:17 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- PANNWD25P0000005307
- Response Due
- 8/4/2025 12:00:00 PM
- Archive Date
- 08/19/2025
- Point of Contact
- Nathaniel Leyba, Phone: 8163892281, Laura HEDRICK, Phone: 8163893023
- E-Mail Address
-
nathaniel.j.leyba@usace.army.mil, laura.l.hedrick@usace.army.mil
(nathaniel.j.leyba@usace.army.mil, laura.l.hedrick@usace.army.mil)
- Description
- Sources Sought Hydropower Control Systems Technical Support INTRODUCTION The U.S. Army Corps of Engineers (USACE), Kansas City District (NWK), is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Hydropower Control Systems Technical Support at both Harry S. Truman (HST) Power Plant, Warsaw, MO, and Stockton (ST) Power Plant, Stockton, MO. The contractor will provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform hydropower Control Systems Technical Support. Reference the attached Draft Performance Work Statement for details. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Harry S. Truman Power Plant, Warsaw, MO, and Stockton Power Plant, Stockton, MO PERIOD OF PERFORMANCE The period of performance shall be for one (1) base year of 12 months and one (1) 12-month option year. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 541519 � Other Computer Related Services, with a Small Business Size Standard of $34,000,000.00. The Product Service Code is DA10 � IT and Telecom - Business Application/Application Development Software As a Service; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, CDT, 4 August 2025. All responses under this Sources Sought Notice must be e-mailed to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil and Laura Hedrick laura.l.hedrick@usace.army.mil. THIS DOCUMENTATION MUST ADDRESS AT A MINIMUM THE FOLLOWING ITEMS: 1. Business name, address, point of contact, phone number, and e-mail address 2. Business UEI number and Cage Code number 3. State specific interest in providing a bid if a solicitation is issued 4. Address capability to perform a contract of this magnitude and complexity 5. Type of business and business size 6. Joint Venture information, existing and potential, if applicable 7. Contractor may submit examples of work done by a subcontractor if that subcontractor intends to enter into a letter of commitment with the contractor 9. Please submit minimum of one but no more than three examples of experience (include contract number, agency/customer, duration of the project, dollar value). The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Nathaniel Leyba, in either Microsoft Word or Portable Document Format (PDF), via email Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil and Contracting Officer, Laura Hedrick at laura.l.hedrick@usace.army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contract Specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. (END OF SOURCES SOUGHT)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c9ed11e22d31457bb0a433005b668202/view)
- Place of Performance
- Address: MO, USA
- Country: USA
- Country: USA
- Record
- SN07518076-F 20250723/250721230049 (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 |