Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

Z -- High Voltage Maintenance Indefinite Requirements Contract, NSA, Crane, IN

Notice Date
9/7/2010
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008311R2400
 
Response Due
10/20/2010
 
Archive Date
11/4/2010
 
Point of Contact
Timothy Curry 8128543537
 
Small Business Set-Aside
Total Small Business
 
Description
RFP #N40083-11-R-2400, HIGH VOLTAGE MAINTENANCE/REPAIRS/CONSTRUCTION AT NAVAL SUPPORT ACTIVITY (NSA), CRANE AND GLENDORA TEST FACILITY, SULLIVAN, INDIANA THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING & DOWNLOADING AT THE FOLLOWING WEBSITE. www.neco.navy.mil The official planholders list be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO RESISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Timothy Curry via facsimile at (812) 854-3800 or email at timothy.curry@navy.mil. The Government will award a contract resulting from this solicitation whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate the offers: past performance, experience and management ability, safety and other factors as may be specified in the solicitation documents. These technical factors when combined are equal in value to the price. The proposals will be evaluated on the Offeror s technical and price submissions. Technical and price factors will be equal in significance. Offerors are required to submit separate technical and price proposals for the project. The contractor shall provide and secure support, where specified, to include the potential for multiple task orders for the maintenance, repair, emergency calls and repairs, installation of electrical utility systems including provision of pole mounted and pad mounted transformers, wiring, conduit, underground electrical distribution systems, electrical substations & substation equipment, overhead transmission and distribution systems, trenching, concrete, asphalt, stone, switch gear, generator systems, exterior lighting, transfer switches, isolation switches, earthwork, gabions, clearing and grubbing, seeding, asbestos removal (that is part of electrical utility work), lead in construction (that is part of electrical utility work), as-built drawing preparation, and incidental related work. This work is on High Voltage equipment in a high voltage environment. The contractor shall be regularly engaged in the testing and installation of high voltage electrical equipment and systems. The Contractor shall show a minimum 5 years experience in this type of work. Contract personnel may be required to work in contaminated areas and will be required to be Hazardous Waste Operator and RCRA Trained in accordance with 29 CFR 1910.120(e) and 40 CFR 265.16. Contractor shall comply with Permit Required Confined Space in accordance with CFR 1910.146. The contractor shall comply with all requirements of OSHA and the Army Corps of Engineers EM-385-1-1 Health and Safety manual. This contract does not include electrical utility work, generators, etc. that are to be installed to support new building construction and major repairs or renovations to existing facilities. The work is located at Naval Support Activity, (NSA), Crane, and Glendora Test Facility, Sullivan, Indiana. For each Task Order the exact location will be shown by the Contracting Officer. Under the terms of this type of contact, the Government does not guarantee a minimum amount of services to be ordered. However, the Government is obligated to order from the Contractor, and no other source, all supplies or services of the type described in the contract which is contracted for during the contract term. Exceptions are work that will be accomplished by Government forces, work included as part of new mil-con or other new or major renovation building projects, and work under the Government Purchase Card threshold, which is currently $2,000.00. If the contractor does not accept an order, the Government reserves the right to procure the services from other sources. The solicitation contains provisions for a 12-month base period, plus two 12-month option periods to be exercised at the discretion of the Government. The term of the contract shall not exceed 36 months. Contractors are expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of the contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract has been awarded. This proposed contract will be issued as a 100% Small Business Set-aside procurement. The NAICS code is 238210 Electrical Contractors & Other Wiring Installation Contractors. The Small Business Size Standard is $14.0 Million. Approximate release date is Wednesday, September 22, 2010 with proposals due at 2:00 p.m. (local time) on Thursday, October 21, 2010. Proposals will be due no earlier than 30 calendar days after solicitation is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008311R2400/listing.html)
 
Place of Performance
Address: Building 2516
Zip Code: 300 Highway 361
 
Record
SN02271648-W 20100909/100908064028-2f43e1ec533416a2e8b5c8fa148d6767 (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.