Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

99 -- SYNOPSIS OF PENDING SOLICITATON FOR THE OVERHAUL/REPAIR/SERVICE/REPLACEMENT OF TURBINE POWER GENERATORS(S)AT LAKE WHITNEY, TEXAS

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0031
 
Response Due
3/15/2006
 
Archive Date
5/14/2006
 
Small Business Set-Aside
N/A
 
Description
**************** THIS IS A REPOSTING OF A PREVIOUS SYNOPSIS **************** ***NO PHONE CALLS PLEASE *** EMAIL POC: SHEILA.GARRETT@SWF02.USACE.ARMY.MIL **** This notice serves as a synopsis for the upcoming solicitation number W9126G-06-R-0011. THIS NOTICE IS NOT A SOLICITATION/REQUEST FOR PROPOSALS. There is a requirement at the Whitney Power Plant, 285 CR 3602, Clifton TX, 76634, to design, purchase, install , integrate, test and commission two new turbines, and two new generators or refurbish the two existing generators. Also required is the repair/replacement/overhaul of other material/equipment as called out in the solicitation. The goal is to guarantee a nd deliver a system with the best efficiency possible in order to obtain maximum generator output in Mega Watts (MW) for customer use. The tear-down, design, installation, repair/replacement, interface, integration, testing and commissioning of installed material/equipment shall be delivered as a turn-key product and shall be proposed as such. Deliverables such as drawings, reports, plans, work schedules and others are a few of the required tasks which will have delivery deadlines. Some tasks may or may not be associated with deliverables; however, they are required and necessary in order to co mmunicate with the Government and/or demonstrate adherence to policies set forth by various governing agencies or committees. The period of performance shall be dependant upon material lead times; however, the period of performance shall not exceed 4 years. A technical drawing package shall be available on the date the solicitation is issued. The government does not guarantee the accuracy or completeness of associated drawing package. Those who are interested in viewing the generator may attend a site visit to take place sometime in the second quarter of FY 2006. All site visitors shall bring their own hard hat to wear on-site. No questions shall be answered at the site visit, but rathe r shall be submitted in writing to the Contracting Officer after the site visit is complete. The proposed contract type shall be a firm-fixed price contract, which shall include options/optional tasks. While price will be a significant factor in the evaluation of offers, the final contract award will be based on BEST VALUE, with past performance a nd technical competency being significantly more important than price. The Request for Proposal (RFP) shall be available sometime within the second quarter of FY 2006. The anticipated award date is sometime within the third quarter of FY2006. The solicita tion will only available for download via the Federal Business Opportunities (fedbizopps.gov) website and the Corps of Engineers website at http://ebs.swf.usace.army.mil/ (click on advertised solicitations to view the documents). Specifications shall be po sted on www.fedteds.gov. The acquisition is unrestricted. The NAICS is 333611, and the Business Size Standard is 1000 employees. A subcontracting plan, in accordance with FAR 19.7, shall be required if award is made to an other than small business. The following US Army Corps of Engineers FY 06 subcontracting g oals shall be utilized to the greatest extent possible when developing the subcontracting plan: 51.2% subcontracted to Small Business, 8.8% subcontracted to Small Disadvantage Business (SDB), 7.3% subcontracted to Women-Owned Small Business, 3.1% subcontr acted to HubZone Small Business, and 1.5% of all subcontracted dollars to Service Disabled Veteran Owned Small Business. Those who wish to express and interest in the solicitation may submit their information to Sheila R. Garrett, Contract Specialist at Sh eila.garrett@swf02.usace.army.mil. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST AND PROVIDE THEIR Central Contractor Registration (CCR) CAGE CODE, FAX NUMBER and EMAIL ADDRESS. NO PHONE CALLS, PLEASE. No response is required in response to t his synopsis; however, if you wish to exp ress your interest you may do so via email only. PLEASE SEND YOUR RESPONSE BY 15 MARCH 2006. Woman owned small businesses, Service Disabled Veteran Owned small businesses, Veteran Owned and small disadvantaged businesses are encouraged to submit offers. Once the solicitation is issued, offers shall be sent to the United States Army Corps of Engineers, 819 Taylor Street, Suite 2A19A, Fort Worth, Texas 76102-0300, in late February or March, not later than 4 PM Local Time, or not later than the date/time ex pressed in the solicitation.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00996265-W 20060302/060228213441 (fbodaily.com)
 
Source
FedBizOpps 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.