Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
MODIFICATION

S -- Forward Operating Bases Power Plants in Afghanistan

Notice Date
4/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
221119 — Other Electric Power Generation
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-R-0024
 
Response Due
5/24/2010
 
Archive Date
7/23/2010
 
Point of Contact
Karyn Price, 215-656-6924
 
E-Mail Address
USACE District, Philadelphia
(karyn.d.price@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is for a contractor to perform electrical services for prime power operations in support of any location within the Afghan Theatre of Operations. This contract supports any and all U.S. facilities in Afghanistan, as required, up to the maximum capacity of $500 million. Generator set activities are defined as preparation, transport, installation, preventive maintenance, scheduled maintenance, emergency maintenance, service, fueling, relocating and recovering generator sets, associated fuel systems (if required), and all transmission/distribution system maintenance including the underground or overhead system at the U.S. Facilities from the generators to the transformer and associated switchgear. In addition, the contractor will be responsible for the Operations and Maintenance (O&M) of all installed primary distribution up to the transformers. The low voltage distribution installation will be the responsibility of the Government. All maintenance after the transformer in each secondary distribution system will be maintained by Government. The contractor shall provide all administrative support and logistics required to support the contractor. The government will provide required square footage of land space for any power plant or distribution, and fuel for the operation of the generator sets. The Contractor shall perform generator set activities, operating the power plant on site, twenty-four (24) hours a day, seven (7) days a week including all weekends and holidays. The contractor shall be required to be in compliance with all applicable federal and local ordinances, permits, and license requirements. This requirement will be for a base year plus four 12 month option periods. This procurement will be a Best Value, Negotiated, Single Award Task Order Contract. Proposals will be rated for the following factors: Technical Capability, Performance Risk, Past Performance and Price. The technical factors, when combined, are equal. The technical factors are significantly more important than price. However, price remains a significant factor. Prices will be evaluated utilizing a pricing matrix. One sample task order will be included in the solicitation for evaluation purposes. The sample task order is representative of a typical situation that a contractor may be called upon to respond under this contract. In order to be eligible for award, prices must be submitted on all line items. Failure to submit a price on all line items may cause rejection of the offer. The procurement is being conducted as a best value acquisition under Part 15 of the Federal Acquisition Regulations. Proposals will be evaluated for completeness in satisfying the requirements of the RFP. The applicable NAICS code is 221119 with a size standard of 4 million megawatt hours (a firm is small if, including its affiliates, it is primarily engaged in the generation, transmission, and/or distribution of electric energy for sale and its total electric output for the preceding fiscal year did not exceed 4 million megawatt hours). The Standard Industrial Code (SIC) is 4911, Electric Services (other electric power generation). The solicitation will be issued on, or about, 25 April 2010 with proposals due by 24 May 2010. Solicitation documents will only be available via the web, hard copies will not be available. Faxed or emailed proposals will not be accepted. The government will award a contract resulting from the solicitation to the responsible offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specs should be made via FBO Internet homepage. Hardcopies will not be available. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 or more are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following Internet web site: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration (CCR) system at http://www.ccr.gov. Information on getting registered may be obtained by phoning 1-888-227-2423 or on the website. Written and faxed proposals will NOT be accepted. Offers shall be delivered to the US. Army Corps of Engineers, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390 ATTN: Ms. Karyn D. Price. All contractors are required to be registered in the DOD Central Contract Register (CCR) before award as required by DFARS 204.7300. All questions regarding this solicitation shall be directed to Major Anthony Darling by email anothony.j.darling@usace.army.mil. This procurement is unrestricted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0024/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02120404-W 20100415/100413235004-4c32eaaf6c3760f115d08be674750d7e (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.