SOLICITATION NOTICE
Y -- Small Business (SB) Set-Aside IDIQ MATOC for Construction of Renewable Energy, Energy Conservation & Mechanical/Electrical Projects in the Southwestern Division of the USACE. (“SB Energy MATOC”)
- Notice Date
- 3/12/2012
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-12-R-0023
- Point of Contact
- Pamela S. Moody, Phone: 9186697457
- E-Mail Address
-
pamela.s.moody@usace.army.mil
(pamela.s.moody@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The formal title of this project is: Small Business (SB) Set-Aside Independent Delivery Independent Quantity (IDIQ) Multi-Award Task Order Contracts (MATOCs) for Construction of Renewable Energy, Energy Conservation & Mechanical/Electrical Projects in the Southwestern Division of the USACE. ("SB Energy MATOCs") The purpose of this notice is to provide details of this upcoming requirement to prospective offerors prior to advertisement of the package. This project was previously posted in Jan 2012 as Sources Sought W912BV-SS(EnergyMATOC). Requirement: The SB Energy MATOCs (W912BV-12-R-0023) may include renewable energy projects utilizing all types of technology including, but not limited to, solar photo voltaic arrays (both ground and roof mounted); 1KW to 50 KW wind turbines; ground source heat pumps; geothermal; Heating, Ventilating, Air Conditioning (HVAC) systems with associated controls; pump repair/replacement (all types, from small sump pumps to large flood control pumps); valve replacement; electric motors; variable frequency drives; motor soft start systems; switchgear; and wiring. Location of projects could be anywhere in the USACE Southwestern Division area of responsibility, which includes all of Oklahoma, Texas, Arkansas; and portions of Kansas, Missouri, Louisiana, and New Mexico. The Offerors/Contractors must have the resources to work on multiple projects at multiple locations simultaneously. Experience with renewable energy technologies, mechanical, and electrical projects is required. Most projects will be Design-Build type projects with the Contractor responsible for the design of the entire project. A geotechnical investigation or geothermal well test boreholes may be required to be used as a basis for design. The SB Energy MATOCs will be a five year firm-fixed-price contracts (base year plus four option years). The shared capacity will be $49.5M. They will be used primarily for Tulsa District customers, but may encompass work in other states covered by the geographic region included in the SWD Boundaries and other SWD customers. The Government intends to award no more than five (5) SB Energy MATOCs through FAR Part 15 One-Step-Best Value Design-Build (Multi-Award) Source Selection. It is anticipated that the package will be posted here on FBO NLT 21 Mar 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-12-R-0023/listing.html)
- Place of Performance
- Address: Primiarily Tulsa District customers, United States
- Record
- SN02694427-W 20120314/120312234831-486dbdbbefa641645a7b429bd53ad22c (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 |