Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

Y -- ECIP:SOLAR PV ARRAYS PHASE I (KNMD119002) AND ECIP:SOLAR PV ARRAYS PHASE II (KNMD119003)

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
154 Wing/MSC, Hickam Air Force Base, Hickam AFB, HI 96853-5517
 
ZIP Code
96853-5517
 
Solicitation Number
W912J6-14-R-0002
 
Response Due
8/12/2014
 
Archive Date
8/27/2014
 
Point of Contact
JULIANNE COOPER, Phone: 7345324912/8088446335
 
E-Mail Address
julianne.j.cooper.ctr@us.army.mil
(julianne.j.cooper.ctr@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Property and Fiscal Officer for Hawaii located in Kapolei, Hawaii intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the ECIP Solar Photovoltaic Arrays Phase I & II (KNMD119002 & 119003)on Joint Base Pearl Harbor Hickam (JBPHH), Hawaii. This project work includes but is not limited to construction of photovoltaic generation and support systems to provide power to adjacent facilities on base, location and mounting of photovoltaic arrays on rooftops, ground, or parking structures, providing the inverter system and performance monitoring equipment, and the installation of meters compatible and linked to local energy management system. In addition to a base price for the work described above the solicitation includes Government Options for this project: 1) Provide 50kW PV ground mounted array, 2) Provide 50kW PV ground mounted array, and 3) Intrusion Study. One (1) sole-source brand name only requirement is anticipated: 1) Interconnect Agreement/Intrusion Study with Hawaiian Electric Company. Justification will be included with the solicitation with further details regarding the sole-source/brand name requirement. Magnitude of this project is between $5,000,000.00 and $10,000,000.00. Construction/contract completion time is 540 Days after notice to proceed to include inspection and punchlist. The North American Industry Classification System (NAICS) code for this work is 237130. This is a total small business set aside. The small business size standard is $33.5 million average annual revenue for the previous three years. Your attention is directed to FAR Clause 52.219-14(b)(4) LIMITATIONS ON SUBCONTRACTING which states quote mark By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees quote mark applies to this project. The tentative date for issuing the solicitation is on-or-about 09 Jul 2014. The tentative date for the pre-proposal conference is on-or-about 22 Jul 2014, 10:00 AM local Hawaii time at 154th Civil Engineering Squadron at 335 Gardner Drive, Building 3392 on JBPHH, Hawaii 96853. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference must be submitted by 17 Jul 2014 via email (preferred) to manuel.llanes.mil@mail.mil and copy to julianne.j.cooper.ctr@us.army.mil. The solicitation closing date is scheduled for on-or about 12 Aug 2014. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Present/Past Performance and Price. The Government intends to award without discussions. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) are migrating to in System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 14 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information.. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive invitation for bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies or CD/DVD's. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Join Base Pearl Harbor Hickam (JBPHH), Hawaii.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50-1/W912J6-14-R-0002/listing.html)
 
Place of Performance
Address: Joint Base Pearl Harbor Hickam, Hawaii, United States
 
Record
SN03418990-W 20140711/140710022836-50c29911250481a345836fec1e7f8a3f (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.