SOURCES SOUGHT
J -- OVERHAUL/REFURBISHMENT OF FIVE (5) SF6 POWER CIRCUIT BREAKERS
- Notice Date
- 9/25/2025 11:09:13 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV25RSB01
- Response Due
- 10/25/2025 7:00:00 AM
- Archive Date
- 11/09/2025
- Point of Contact
- Shawn Brady, Phone: 9186694984
- E-Mail Address
-
shawn.brady@usace.army.mil
(shawn.brady@usace.army.mil)
- Description
- SOURCES SOUGHT FOR OVERHAUL/REFURBISHMENT OF FIVE (5) SF6 POWER CIRCUIT BREAKERS USACE, TULSA DISTRICT DENISON POWERHOUSE (TEXOMA LAKE), TEXAS Post Date: 25-SEP-2025 Response Date: 25-OCT-2025 Product/Service Code: J061 PSC Description: Circuit Breakers Principal NAICS Code: 811310 Principal NAICS Description: COMMERCIAL AND INDUSTRIAL MACHINERYAND EQUIPMENT Title: Overhaul/Refurbishment of Five (5) SF6 Power Circuit Breakers at Denison Powerhouse (Texoma Lake), TX USACE, Tulsa District This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Other than Small and the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business (WOSB), and Economically Disadvantaged Woman-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB are highly encouraged to participate. Small Businesses participants are reminded under FAR 52.219-14, Limitations on Subcontracting (Deviation 2021-O0008) for supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract. Prior Government contract work is not required for submitting a response under this Sources Sought Synopsis. 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, and multiple awards MAY be made. 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. 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. RESPPONSES 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.� The proposed contract action is for services which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(a) (2). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all information received after date of publication of this synopsis will be considered by the Government. Interested companies shall respond to this notice by providing the following information: 1. Company Name 2. Address 3. Point of Contact information with telephone number and email address 4. CAGE Code 5. Business Size 6. Capabilities information/statement showing that the company has the ability to overhaul/refurbish and extend the operating life of a quantity of five (5) SF6 power circuit breakers to fulfill the Government requirement. The contractor shall be able to comply with all requirements described herein to be considered capable. This notice of intent to award a sole source is NOT a request for competitive proposals. The NAICS code is 811310. The Government requirement is for Overhaul/Refurbishment Services for Five (5) SF6 Power Circuit Breakers at Denison Powerhouse at Texoma Lake, Texas. The contractor shall supply the equipment, materials, and labor as required to perform inspection, testing, and maintenance required to overhaul and extend the operating life of a quantity of five (5) SF6 power circuit breakers. Once the solicitation is released, to be eligible to receive a Government contract award, a firm must be registered in System for Award Management (SAM). Register via the SAM Internet site at http://www.sam.gov. For further questions and/or concerns, please contact: SAM assistance at (866) 606-8220 (Monday through Friday, 8 A.M. to 6 P.M. EST). RESPONSES TO THIS NOTICE SHALL BE emailed to shawn.brady@usace.army.mil no later than 2:00 PM CST on October 25, 2025. NO fax or traditional mail submissions shall be accepted. This is NOT a request for proposals or quotations. POINT OF CONTACT: Shawn Brady, Contracting Officer, shawn.brady@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fb3feb9c13404158a4042844a36f74a0/view)
- Record
- SN07605126-F 20250927/250925230051 (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 |