Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2011 FBO #3603
AWARD

S -- Forward Operating Bases Power Plants in Afghanistan

Notice Date
10/4/2011
 
Notice Type
Award Notice
 
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
8/16/2010 4:15:00 PM
 
Archive Date
7/23/2010
 
Point of Contact
Karyn D Price, Phone: 215-656-6924
 
E-Mail Address
karyn.d.price@usace.army.mil
(karyn.d.price@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912BU-11-D-0012
 
Award Date
9/30/2011
 
Awardee
IAP Worldwide Services, Inc., IAP Worldwide Services, Inc., 1212 WEST 19TH STREET, PANAMA CITY, FL 32405-4104, Panama City, Florida 32405, United States
 
Award Amount
$490,000,000.00
 
Line Number
0001 - 0010
 
Description
The U.S. Army Corps of Engineers has a requirement to provide electrical services for contingency operations in Afghanistan. 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 government awarded three contracts to three responsible firms who conforming to the solicitation are the best value to the government. The requirement is for a base period of twelve months and four twelve month option periods. The total length of these contracts shall not exceed five years. The contract is an IDIQ (Indefinite delivery, indefinite quantity type contract) with a maximum capacity of $490,000,000.00. The ordering period shall not go beyond five years and the maximum order amount shall not go beyond $490,000,000.00 within the five year period. The total capacity of $490,000,000.00 will be a shared capacity by all awardees. The total value of all task orders under all (three) awards shall not exceed the maximum capacity of $490,000,000.00. The SSP (Source Selection Plan) defined "best value" as the proposal that would be most advantageous to the Government, with appropriate consideration given to the following evaluation factors: Technical Capability, Managerial Capability, Past Performance and Price. The three technical factors are significantly more important than price. Award was made on 30 September 2011 to Berger/Cummins JV (W912BU- 11-D-0011), IAP Worldwide Services, Inc. (W912BU- 11-D-0012) and Kellogg, Brown & Root Services, Inc. (W912BU- 11-D-0013). The determination for award of this contract was based on the best value to the government.
 
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
SN02601518-W 20111006/111004234402-aa2e4a00ebf8155f58da5ea6a879dc96 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.