Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOLICITATION NOTICE

S -- Prime power services, Bagram and Kandahar Airbases, Afghanistan

Notice Date
12/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Philadelphia - Military, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
DACA61-03-R-0007
 
Archive Date
3/6/2003
 
Point of Contact
William Bailey, 215-656-6932
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia - Military
(William.A.Bailey@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Generate, transmit, and distribute 12 Mw of prime electrical power at Bagram AB and 9 Mw at Kandahar AB, Afghanistan. The base period of performance for Bagram AB (contract line item 0001) is for 365 calendar days commencing March 1, 2003 with four (4) on e year option periods (contract line item 0002, 0003, 0004, and 0005). The base period of performance for Kandahar AB (contract line item 0006), is three months with three, 3-month option periods (contract line items 0007, 0008, and 0009). The offered pr ice for line items 0001 and 0006 must include all mobilization and de-mobilization costs, primary and secondary distribution centers, operating supplies, and support staff costs. The procurement is unrestricted and the applicable NAICS code is 221119 with a size standard of 4 million megawatt per hour. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10 effective 22 Nov 2002. The provision at 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Evaluation criteria, in descending order of importance, are technical (proposed equipment/system to meet above load requirements), past performance for similar services under emergency conditions (earthquakes, floods, and other natural or manmade disasters), and price. The clause 52.212-4, Contract Terms and Conditions-Comm ercial Items, applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items applies to this acquisition. This is also a negotiated action. Additional clauses as required by FAR Part 15, Contracting by Negotiation are also incorporated into this solicitation. Addenda (a detailed scope of work) for this acquisition have been posted to the following web site: https://ebs.nap.usace.army.mil and should be reviewed. The succes sful contractor (s) will be responsible for providing living accommodations for personnel within the secure confines of the Airbases. Government messing, laundry, and shower services will be available to contractor personnel. Government fuel (JP-8) will be available for proposed contractor equipment. If the equipment proposed to accomplish the required services will not function with JP-8 fuel, the offer must specifically identify the type of fuel and the cost of providing the same. Proposals are due on Jan. 5, 2003 not later than 4:00 p.m., local time. A completed copy of the provision 52.212-3, Offeror Representations and certifications-Commercial Items, must accompany the proposal. Bonding is not required. The Service Contract Act, P.L. 95-507, and Buy American Act do not apply to this acquisition. More than one contract may be awarded under this notice.
 
Place of Performance
Address: US Army Engineer District, Philadelphia - Military 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00218392-W 20021208/021206213623 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.