Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOLICITATION NOTICE

38 -- JFHQ Emergency Generator

Notice Date
4/4/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virgin Islands, RR #2, Box 9200, Kinghill, St. Croix, 00850-9731
 
ZIP Code
00850-9731
 
Solicitation Number
W9127P-12(PreSol)
 
Point of Contact
Donna R. Prock, Phone: 3407127856
 
E-Mail Address
donna.prock@ng.army.mil
(donna.prock@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Posted Date: 5 April 2012 Solicitation: W9127P-12-P-0001 Closing Date: Wednesday 30 June 2012 at 2:00 PM Atlantic Standard Time Address: USPFO for Virgin Islands Purchasing & Contracting RR2, Box 9200 Kingshill, Virgin Islands 00850-9200 Point of Contact: Information should be provided to SSG Donna Prock by email at donna.prock@us.army.mil Place of Performance: Estate Bethlehem NG Complex St. Croix, Virgin Islands 00850 United States This announcement constitutes the synopsis. Solicitation documents will be available on or about 14 May 2012. • Construction Contract for a new 600kW emergency/standby generator will be at Bethlehem Estate, Kingshill, Virgin Islands. • Completion time is estimated to be 9 months after the issuance of the Notice to Proceed. • Work will be performed in accordance with the contract plans and technical specifications. • This action is being solicited as a total small business set aside. • Bid Bonds will be required. • The North American Industry Classification Code (NAICS) is 236220 and the Size Standard for Small Business is $33.5M average annual revenue for the past three years. • Project magnitude is between $500K and $1M. • The Government contemplates a single, Firm Fixed Priced contract resulting from this solicitation. • Failure to submit an offer on all items shall result in rejection of the proposal. Solicitation and all information, notices, amendments for this solicitation will be posted at htpp://www.fbo.gov. • Therefore, all bids received prior to the close date will be considered by the Virgin Islands National Guard USP&FO Purchasing and Contracting. NO FASCILMILE is accepted. Email bids/proposals will be accepted only in PDF format. Hand delivered to address below. 1. Complete installation of a 600 kW emergency/standby diesel engine generator set in a sound-attenuated, weatherproof enclosure with concrete pad. 2. Generator is to provide 100 % backup power at 208/120 volts, 3-phase for the JFHQ facilities. 3. Include a base-mounted, double-wall diesel fuel tank with a 3,000 gallon capacity which will provide a run time of 72 hours at a 75% load output. 4. As a Bid Option, provide a price to include an emergency generator with a walk-in, weather-proof, sound-attenuated enclosure that would allow servicing during inclement weather conditions as an alternate to the ‘Base Bid' (non-walk-in enclosure generator package) 5. Include convenience receptacles 6. Include interface to the automatic transfer switch, generator distribution switchboard and conduit and pull boxes that are approximately within 10 feet of the generator pad installed under the separate base bid JFHQ design package. Potential bidders must register at FedBizOpps at www.fbo.gov in order to receive notifications and/or changes to the solicitation. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps website. All interested parties MUST be registered in the Central Contractor Registration (CCR) Database and must have completed the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov prior to contract award. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Information should be provided to SSG Donna Prock by mail or email at donna.prock@us.army.mil Contracting Office Address: USPFO for Virgin Islands Purchasing & Contracting RR2, Box 9200 Kingshill, Virgin Islands 00850-9200
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA72/W9127P-12(PreSol)/listing.html)
 
Place of Performance
Address: Place of Performance:, Estate Bethlehem NG Complex, Kingshill, U.S. Virgin Islands, 00850, United States
Zip Code: 00850
 
Record
SN02714349-W 20120406/120404235941-627fb7153e074f910268dd9c4f26e313 (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.