This is a Market Research and Sources Sought Notice, and is NOT a solicitation announcement, requesting information on capability and availability of potential contractors interested in proposing firm-fixed priced contract to provide electrical utility services to the requiring activity accordance with the applicable tariffs, rules, and regulations as approved by the applicable governing regulatory body associated within the Mobile District, with Gwinnett/Forsyth County, Georgia for the following sites at Lake Sidney Lanier Project and supported campgrounds or worksites. associated. This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor’s responsibility to monitor the Government Point of Entry for the release of any solicitation.
The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Large Business, Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 221122 - Electric Power Distribution, the small business standard for which is 1,100 in number of employees. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor’s name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Large Business, Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission. 3. Contractor shall identify the percentage of services provided to the commercial marketplace and the percentage of services provided to government agencies. 4. Past performance/experience on contracts/projects of similar scope, describing no more than three (3) contracts complete within the past ten years of the issue date of this Notice. The past performance information should include project title, location, general description of the Instrumentation Services to demonstrate relevance to the proposed project, the Offerors’ role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). 5. Describe your firm’s capability to perform and manage the disciplines needed to provide Cultural Resource Services to support the Corps of Engineers’ specifications. The above requested information shall not exceed a total of eight (8) pages on 8.5" x 11" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 25 August 2025, 2:00 p.m. Central. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Katie Niles, katie.niles@usace.army.mil. In the subject line of your email state: Reference W9127825L0021. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.