Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2008 FBO #2236
SOLICITATION NOTICE

N -- ADVANCE CONTRACT INITIATIVE FOR EMERGENCY POWER

Notice Date
1/8/2008
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US Army Corps of Engineers, Pittsburgh District, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 21st Floor, Pittsburgh, PA 15222-4186
 
ZIP Code
15222-4186
 
Solicitation Number
W911WN-08-R-0001
 
Response Due
3/7/2008
 
Archive Date
5/6/2008
 
Point of Contact
james.costantino, (412) 395-7474
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Pittsburgh District
(james.m.costantino@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE) will require contract service support for generator set activities in response to natural and man-made disasters, to include Incidents of National Significance, in the United States or its territories. An Incident of National Significance is an actual or potential high-impact event that requires robust coordination of the Federal response. The Secretary of Homeland Security, in consultation with other departments and agencies, and t he White House, as appropriate, declares Incidents of National Significance. There are no automatic triggers for an Incident of National Significance. The anticipated contract type, expected to be awarded in April 2008, is a requirements contract. The co ntract will be for a base period not to exceed one year and four one-year option periods not to exceed one year each. Up to three contracts (3) contracts may be awarded in support of the following geographic regions: East Region (includes Puerto Rico and the US Virgin Islands); Central Region; and the West Region (includes Alaska, Hawaii, and Guam). Offerors are encouraged to submit proposals for all regions, but it is not mandatory. Each contract will have a maximum value of $75.0M; the overall program will not be in excess of $225.0 million. 2. CONTRACT REQUIREMENTS: The Contractor shall be responsible for providing all labor, materials, transportation, equipment and supervision and required internal logistical support to perform generator set activities. Generator set activities are defined as assessing power needs; preparing, hauling, installing, operating and maintaining, servicing, fueling, relocating and recovering diesel powered generator sets (Government Furnished Equipment (GFE) and as sociated fuel systems; purchasing materials and installing miscellaneous electrical equipment in support of the response missions. The Government furnished generator sets range in size from 4 KW up to 3MW. The Contractor may also be required to lease gen erators to meet mission requirements. The contractor will be required to perform generator set activities on leased generators, too. 3. SELECTION: In accordance with FAR Part 15, the source selection method will be by the Best Value/Trade-Off m ethod. Contractors will be required to submit a technical and price proposal. Award may be made to other than the lowest price offeror based on an evaluation of the proposals against the evaluation criteria that will be outlined in the Request for Propos al. USACE, Pittsburgh District, will conduct proposal evaluation and award contract(s). In order to be considered for award, contractors must be registered in the Central Contractors Registration (CCR) database; information regarding registration can be located at www.ccr.gov. This procurement will be conducted on an unrestricted basis; open to all businesses regardless of size. If a large business firm is selected, an acceptable small business subcontracting plan will be required prior to award. All f irms are reminded the successful firm is highly encouraged to place subcontracts to the maximum extent practicable with small, small disadvantaged business, veteran owned small business, service-disable veteran owned small business, HUBZone small business and women owned small business firms in accordance with the provisions of FAR 19.702 and, in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act. 4. AVAILABILITY OF SOLICITATION: USACE, Pittsburgh District, will iss ue the solicitation. This solicitation will be available at this website on or about January 23, 2008. No paper copies will be mailed.
 
Place of Performance
Address: US Army Corps of Engineers, Pittsburgh District 1000 Liberty Avenue, W.S. Moorhead Federal Building, 21st Floor Pittsburgh PA
Zip Code: 15222-4186
Country: US
 
Record
SN01480927-W 20080110/080108223938 (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.