Skip to main content

An official website of the United States government

You have 2 new alerts

56--MT- YT PP SOUND ABSORBING PANELS

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: May 20, 2022 09:07 am MDT
  • Original Response Date: Jun 03, 2022 04:30 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 06, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5640 - WALLBOARD, BUILDING PAPER, AND THERMAL INSULATION MATERIALS
  • NAICS Code:
    • 238310 - Drywall and Insulation Contractors
  • Place of Performance:

Description

This is a Sources Sought Announcement for the Yellowtail Dam and Powerplant. This announcement is being used for market research and advanced planning purposes. Proposals are not requested and will not be accepted from this Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED AS A RESULT OF THIS NOTICE.

The Bureau of Reclamation, Missouri Basin Region, Billings Montana, has a requirement for the supply and delivery of noise reduction panels for noise control for the Yellowtail Dam and Powerplant. The Yellowtail Dam and Powerplant is an approximately 88-mile drive Southeast of Billings, Montana.

The brand name or equal supplies required include:

1. Qty 24 - F-Sorb 1" x 4' x 8' ¿ white FS-100 noise reduction panel, or equivalent
2. Qty 69 - F-Sorb 2" x 4' x 8' - light grey FS-130 noise reduction panel, or equivalent

Salient characteristics minimums for brand name or equal:

1. Class ¿A¿ NFPA fire rated
2. Panels must be at least 80% made of recycled materials
3. Panels must be hypoallergenic to humans
4. 1" x 4' x 8' panels must have an NRC coefficient of 0.70 or greater
5. 2" x 4' x 8' panels must have an NRC coefficient equal to 1.00 or greater

Delivery will be FOB destination to:
Bureau of Reclamation-GP-MTAO
Yellowtail Dam and Powerplant
2 Avenue B
Ft. Smith MT 59035

The Government is seeking interested businesses, small businesses, small disadvantaged businesses, woman-owned small businesses, HUBZone small businesses and/or service-disabled veteran owned small business concerns who have the resources necessary to successfully supply and deliver these supplies. This procurement shall be awarded using FAR Part 12 Acquisition of Commercial Items. The NAICS code for this order is 238310 Acoustical ceiling tile and panel installation; PSC 5640 Wallboard Bldg & Thermal Insulation, with a business size standard of $16.5 million.

It is anticipated the proposed award will result in a Firm Fixed-Price contract, to one contractor.

All responsible sources that believe they have the capability to meet this need may submit a capability statement along with business profile to Howard Heflin at hheflin@usbr.gov by 4:30 PM MDT, 3 June 2022, which shall be considered by the agency. Any information received will be treated as market research information for future same or similar requirements.

The Government will not reimburse any costs associated with responding to this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not be bound to this information if a solicitation is issued. A determination by the Government not to compete this proposed contract action, based on the responses to this notice, is at the discretion of the Government.

SYSTEM FOR AWARD MANAGEMENT (SAM) ¿ Effective October 2018, all contractors interested in doing business with the Federal Government must be registered in the System for Award Management (SAM) database at the time they submit their offer. SAM registration and annual confirmation requirements must be accomplished through the SAM website at https://www.sam.gov. For assistance with registering in SAM, contact the Federal Services Desk at 1-866-606-8220.

INVOICE PROCESSING PLATFORM (IPP) ¿ Payment requests for the anticipated contract or agreement must be submitted electronically through the U.S. Department of Treasury¿s ¿Invoice Processing Platform¿ (IPP) System via the IPP website at https://www.ipp.gov. Contractors are required to use the IPP website to access and use IPP for submitting request for payment. Registration assistance can be obtained by contacting the ¿IPP Production Helpdesk¿ via email ippgroup@bos.fbr.org or phone 1-866-973-3131. If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor can submit a waiver request in writing to the Contractor Officer with its proposal. Note: Waivers will be on a case-by-case basis and not automatically granted as determined by the Contract Officer. Please see Paragraph G.3, DOI-AAAP-0028 for more specific information on the process for submitting invoices in IPP.

Contact Information

Contracting Office Address

  • FEDERAL BUILDING 2021 4TH AVENUE NORTH
  • BILLINGS , MT 59101
  • USA

Primary Point of Contact

Secondary Point of Contact





History