Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

Z -- TEMF Lighting Upgrades, Fort Riley, Kansas

Notice Date
7/23/2014
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-14-B-4009
 
Response Due
8/7/2014
 
Archive Date
9/21/2014
 
Point of Contact
Jonathan D Long, 318-389-2218
 
E-Mail Address
USACE District, Kansas City
(jonathan.d.long@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
The following is a Pre-Solicitation Notice for this requirement. The U.S. Army Corps of Engineers, Kansas City District, intends to issue an Invitation For Bids (IFB) on or about August 7, 2014 on the FedBizOps website at www.fbo.gov. This requirement includes a Design- Bid- Build (DBB) construction project entitled TEMF Lighting Upgrades from various facilities at Fort Riley, Kansas 66442. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $1,000,000 to $5,000,000. The NAICS code for this specialty is #238210 (Electrical Contractors and Other Wiring Installation). The size standard is $15.0 million. A set-aside for Woman-Owned Small Business will be utilized for this requirement. Bids received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 14. This IFB will result in the award of a single firm fixed price (FFP) construction contract. A Bid bond will be required with your bid in the amount of 20% of the bidder proposed price or $3,000,000.00 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the NTP can be issued. At this time, no pre-solicitation conference is planned for this solicitation. If the government does elect to hold a pre-solicitation conference, the pre-solicitation announcement will be modified accordingly. The Contractor shall provide labor, materials and equipment to remove, replace, and perform all operations necessary for the complete and satisfactory upgrade of Multi-faceted energy conservation project to replace or enhance lighting and lighting controls in various facilities. Buildings 7740, 7900, 8320, 8340, 8360, 7940, 7720, 8330, 8390, 8370, 7760, 7780, 8380 and 8100 on Fort Riley, Kansas. The United States Army Corps of Engineers, Kansas City District, has the requirement for the TEMF Lighting Upgrades at Fort Riley, Kansas. The work to be performed will include, but not be limited to, the following principal features: * The project includes an exterior lighting replacement of High Pressure Sodium fixtures in vehicle maintenance areas and daylight controls * Retrofit existing exterior lighting with new energy efficient lighting and controls * Replace existing 1000W HPS outdoor fixtures with new LED fixtures, 350 W, with a color temp of 3500-5500K, a color rendering index (CRI) of at least 75, and a rated life of at least 100,000 hours (qty 74) * Replace exterior 70W and 100W High Pressure Sodium wall-pack lights with new 10W, 5000K, LED wall-packs designed as a direct replacement (Cooper/Lumark Crosstour XTOR1A-PC1) (qty 164) * Replace exterior 150W High Pressure Sodium wall-pack lights with new 20W, 5000K, LED wall-packs designed as a direct replacement (Cooper/Lumark Crosstour XTOR2A-PC1) (qty 208) * Replace exterior 100W High Pressure Sodium High-bay lights with new LED fixtures, 30 W, with a color temp of 4700-5500K, a color rendering index (CRI) of at least 82, and a rated life of at least 50,000 hours (qty 143) * Retrofit existing light pole 250W HPS fixtures with new 95W Shoe box or Cobra head type LED lights, with photo cells, minimum 8000 Lumen, 5000K, 80-90 CRI, 85% efficiency, minimum power factor of.9, a L70 rated life of at least 50,000 hours and an end of life mode (qty 241) * Replace exterior 250W High Pressure Sodium wall-pack lights with new 30W, 5000K, LED wall-packs designed as a direct replacement (Cooper/Lumark Crosstour XTOR3A-PC1) (qty 57) * Replace exterior 250W High Pressure Sodium spot lights with new 90W, 5000K, LED spot lights designed as a direct replacement (qty 32) * If fixtures are retrofitted, vacuum the fixture to remove all dust and debris and clean the lens and/or diffuser with a non-abrasive cleaning solution per manufactures recommendation This solicitation will be issued as an Request for Proposal (RFP) which will result in the award of a single firm-fixed price (FFP) construction contract. The estimated performance period for completion of construction is 270 calendar days from Notice to Proceed (NTP). Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. HOW TO OBTAIN A COPY OF THE SOLICIATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. System for Award Management (SAM): In August 2012, the General Services Administration (GSA) moved ORCA and CCR into SAM (https://www.sam.gov/sam/). If you were registered in CCR, your company's information is already in SAM. You just need to set up a SAM account. See this link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf If you were not registered in CCR you will need to go to this link and quote mark Register New Entity: quote mark https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf For additional Information Contact 1-866-606-8220 (US Calls), International Calls: 334-206-7828. By submitting an offer, the offeror acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective contractors must be registered with SAM prior to award of any contract. VETS-100 Requirement: Per the Federal Acquisition Regulation (FAR) part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-B-4009/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN03434965-W 20140725/140723235459-68015023e9f311fc46c9271fc68e0bb8 (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.