Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOLICITATION NOTICE

N -- Construction to replace an existing non-redundant Uninterrupted Power Supply System, Nolan Building, Fort Belvoir, VA

Notice Date
5/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACA31-03-R-0009
 
Response Due
7/11/2003
 
Archive Date
9/9/2003
 
Point of Contact
Dolly Tokasz, 410-962-3953
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(dolly.tokasz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The project consists of construction to replace the existing non-redundant Uninterrupted Power Supply (UPS) system in the Nolan Building at Fort Belvoir, Virginia. The new UPS System shall be wet cell batteries with two stand alone redundant UPS to re-ser ve existing loads presently on the UPS System as well as providing for identified and future growth. The new UPS Systems are to be two 625 KVA, 750 amp, 480 volt, 3 Phase units located in the rooms presently accommodating the existing UPS System and its w et cell batteries. An adjacent conference room will be used to temporarily locate one of the two new UPS Systems while the old UPS System is being removed to minimize power down time on the UPS System loads. The Nolan Building is a Federal Government Acc ess Controlled Facility and escorts will be required for all interior work. All personnel will be required to be US citizens and submit as a minimum name, date of birth, place of birth and social security number to be provided access. It is essential th at all work be performed with minimal interruption of the existing utilities or facility operations. The construction schedule shall be based on construction procedures that will avoid operational impacts to the existing plant and the Proposed Sequence of Work. A Pre-Proposal Meeting will be held on Tuesday, 17 June 2003, at 1000 hours at the site. The duration of the project shall be one hundred and eighty (180) days after receipt of Notice to Proceed. The contractors construction cost proposal shall ad dress all required and associated work and must provide a complete labor manhour, material and equipment break out listed in the CSI Division format. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-907, and 99-661. A minimum of 60% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subco ntracting dollars shall be placed with Small Disadvantaged Businesses (SDB), to include Hi storically Black College and University or Minority Institutions, 3% to HUB Zone small business firms, 10% with Women-Owned Small Businesses, and 3% with Veteran-Own ed Small Businesses. Baltimore District (CENAB) encourages WOSB and SDB participation as prime contractors. The plan is required with this submittal unless you are a small business. The size standard for this procurement is $12,000,000 average annual recei pts over the last 3 fiscal years; the Standard Industrial Classification Code (SIC), is 1731; the North American Industry. Classification Code (NAICS) is 235310. SUBMISSION REQUIREMENTS: The Solicitation Package including plans and specifications will be p rovided in an electronic format, free of charge, to all registered plan holders. Solicitation to be issued o/a 6 June 2003; opening o/a 11 July 2003. Proposals are due in the Baltimore District Corps of Engineers not later than 4:00 PM on 11 July 2003. T his solicitation will not be issued in paper. Contractors?????? requests for solicitations will be performed through ASFI. Contractors may register to be placed on the bidders/offerors mailing lists by going to website: https://ebs.nab.usace.army.mil. Contractors may view and/or download solicitation information from this internet site. Questions concerning this project can be emailed to Mrs. Dolly Tokasz at dolly.tokasz@nab02.usace.army.mil or telephone 443-479-3294. The proposal should contain four( 4)sets of the Technical Proposal, 3 sets of the Price Proposal and 3 sets of the Small Business Plan by the closing date. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Reg istration (CCR) to be considered for award of a Federal contract. A paper copy may be obtained from the DOD Electronic Commerce Information Center at 888-227-24 23 or Contact CCR web site at www.ccr.gov. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000, Baltimore, MD 21201, ATTN: Dolly Tokasz
 
Place of Performance
Address: United States Army Nolan Building Fort Belvoir VA
Zip Code: 22060
Country: US
 
Record
SN00334319-W 20030531/030529213542 (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.