Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOURCES SOUGHT

J -- Advanced Contract Initiative for Emergency Power contracts, which entails coverage nationwide (contiguous 48 states), as well as Alaska, Hawaii, Guam, the Virgin Islands, and Puerto Rico.

Notice Date
4/12/2012
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, PA 15222-4186
 
ZIP Code
15222-4186
 
Solicitation Number
SS-ACIEMERGENCYPOWER
 
Response Due
5/14/2012
 
Archive Date
7/13/2012
 
Point of Contact
Megan R. DeMarchi, 412-395-7563
 
E-Mail Address
USACE District, Pittsburgh
(megan.r.demarchi@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Pittsburgh District of the U.S. Army Corps of Engineers (USACE) seeks sources, both large and small, that are interested in participating in the Advanced Contract Initiative (ACI) for Emergency Power contracts, which entails coverage nationwide (contiguous 48 states), as well as Alaska, Hawaii, Guam, the Virgin Islands, and Puerto Rico. USACE uses the ACI for Emergency Power to fulfill its mandate to support the Federal Emergency Management Agency (FEMA) during Disaster Declarations. There are three disaster declarations that provide funding and federal support to states and territories of the U.S. These include, Pre-Disaster Declaration, Emergency Declaration, and Disaster Declaration. Additional information regarding declarations can be reviewed at the National Response Framework. www.FEMA.gov The ACI for Emergency Power entails a contractor to perform services in the following areas: assessing power requirements, installing government provided and leased diesel powered emergency generators, fueling, operating, and maintaining and repairing generators at critical public facilities. Critical facilities are defined as facilities that provide life saving (hospitals, medical centers, 911 centers, police and fire stations), life sustaining (water and sewage infrastructure, assisted living centers, shelters, and meal centers) and other facilities as requested by the state or territory in need of disaster relief. A complete copy of the current Performance Work Statement (PWS) is included with this announcement as an attachment. The contractor must be able to have its full complement of resources, personnel and equipment, on site within 24 hours of receiving a mission assignment. The link below provides a number of short videos. The video entitled "Temporary Emergency Power Mission Overview" provides useful insight regarding the requirements of this contract and the overall mission. http://www.youtube.com/user/RSCUSACE The current contracts' final option year started April 1, 2012. There are three contracts in place that cover three Geographical Areas (I - Regions I, II, III, IV, V, Puerto Rico, and the Virgin Islands; II - Regions VI, VII, and VIII; III - Regions IX, X, Alaska, Hawaii, and Guam). The Government is considering establishing smaller regional contracts that align with the structure of the FEMA Geographical Regions as attached. The NAICS Code for this contract will be 238210 - Electrical Contractors and Other Wiring Installation Contractors and the size standard is $14.0M. Interested Parties should identify their business size in their submissions. Interested parties must provide their capability to perform a contract of this magnitude and complexity. If you are interested in being a Prime Contractor please indicate which FEMA Geographical Region(s) you would be interested in. Please provide three examples of comparable work performed within the past 5 years, to include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the projects. Interested parties must show their ability to provide the required services. If you are interested in being a Sub-Contractor please indicate which FEMA Geographical Region(s) you would be interested in and what your specialty will be as part of the contract support. Please provide three examples of your specialized experience performed within the past 5 years, to include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the projects. Interested parties must show their ability to provide the specialized service indicated. Please note that this is a market survey for informational purposes only and is not a Request for Proposals (RFP). There is no solicitation document available; no contract will be awarded based on this announcement; no reimbursement will be made for costs associated with responding to this announcement; and no telephone calls about this announcement will be accepted or acknowledged. All responses must be submitted to EmergencyPowerACI@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/SS-ACIEMERGENCYPOWER/listing.html)
 
Place of Performance
Address: USACE District, Pittsburgh 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor Pittsburgh PA
Zip Code: 15222-4186
 
Record
SN02720713-W 20120414/120412235504-1049bb2518f78856b9dcd7c7d7d2ef59 (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.