Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOURCES SOUGHT

99 -- Construction of P-974 Electrical System Upgrade, Bahrain

Notice Date
4/21/2020 7:31:05 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER21R0002
 
Response Due
5/5/2020 11:00:00 AM
 
Archive Date
05/20/2020
 
Point of Contact
jeffrey Walker, Andrea Greene
 
E-Mail Address
jeffrey.a.walker@usace.army.mil, andrea.l.greene@usace.army.mil
(jeffrey.a.walker@usace.army.mil, andrea.l.greene@usace.army.mil)
 
Description
**This is a SOURCES SOUGHT NOTICE and is not a solicitation announcement** Subject:� Construction of P-974 Electrical System Upgrade, Bahrain �Response Date:� May 5, 2020 Set Aside:� N/A Contracting Office:� US Army Corps of Engineers � Middle East District, P.O. Box 2250, Winchester, VA 22604-1450 �NAICS Code:� 237130�� Classification Code:� Power and Communication Line and Related Structures Construction � THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. 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. SYNOPSIS:� The U.S. Army Corps of Engineers (USACE) Transatlantic Middle East District (TAM) is conducting market research to identify businesses that have the capability to perform the following construction work in the Kingdom of Bahrain: Provide design-bid-build construction of P-974 Electrical System Upgrade at Naval Support Activity (NSA), Kingdom of Bahrain. The P-974 Electrical System Upgrade project will support operational requirements at NSA by providing a more resilient medium-voltage distribution system. Increased resiliency provides a more secure system with fewer single points of failure, as well as a more flexible system in which outages and fluctuations are managed, lessening the impacts to critical facilities. This project consists of the construction of the following:� electrical distribution duct banks and cabling to provide pathway diversity for the existing medium-voltage loops to allow connection between Master Switch Center 1 (MSC- 1) and Master Switch Center 2 (MSC-2); a new larger P-3 substation to accommodate additional and larger generators to expand the capacity from 1MVA to 3MVA to support the growing mission within the Command, Control, Communications, Computers, Collaboration and Intelligence (C5I) Complex; and a P-3 substation automatic switchgear for the backup generators to provide sensing and switching to select between the normal source transformers and the backup generators. This project also provides upgrades to the Baseband Equipment Room III (BER III) power distribution equipment, panel boards, power distribution systems (PDU) and includes a redundant busway system to provide power to the server racks, as well as upgrades to Building #103 HVAC system and power distribution to support the expansion of the uninterrupted power system (UPS), electrical system, equipment and low-voltage switchgear. Electrical utilities include transformers, switchgear, generators with fuel storage tanks, UPS systems, metering and pad-mounted medium-voltage switches. Phased demolition of identified existing facilities Building #102 (P3 Substation; 212 m2) to make room for the new larger substation. This requirement is assigned a North American Industry Classification System (NAICS) code of 237130. It is anticipated that a solicitation announcement will be published on beta.sam.gov within the next several months. The Government anticipates awarding a resultant single firm-fixed price contract.� MAGNITUDE OF PROJECT:� The estimated magnitude of this project is between $25,000,000.00 and $100,000,000.00.� ADDITIONAL INFORMATION:�� Performance and payment bonds will be required and sufficient to cover the stated estimated annual maximum contract value, which will be stated in the Request for Proposal (RFP). The awardee contractor must be licensed to perform construction in Bahrain. CAPABILITIES STATEMENT SUBMISSION:� This is a Sources Sought for qualified prime contractor firms only.� All interested firms are encouraged to respond to this announcement no later than May 5, 2020, 2:00 PM EST, by submitting all requested documentation via email to the points of contact as listed. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed.� Packages should include the following format and information. � (1) Eligible business concern's name, point of contact name, CAGE Code, DUNS number and Tax ID Business name, address, email and phone number, and business size under NAICS 237130. (2)� Maximum amount in U.S. dollars of performance and payment bonds capacity. (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed.� Projects listed should be within the Central Command Area of Operation (CENTCOM AOR) and include Afghanistan, Bahrain, Egypt, Iran, Iraq, Jordan, Kazakhstan, Kuwait, Kyrgyzstan, Lebanon, Oman, Pakistan, Qatar, Saudi Arabia, Syria, Tajikistan, Turkmenistan, United Arab Emirates, Uzbekistan, and Yemen. (4) Submission should not exceed 7 total single-spaced pages using a 12-point font size at a minimum, that clearly details the ability to perform and that addresses the specific requirements described above. All proprietary information should be marked as such. Responses will be reviewed only by U.S. Army Corps of Engineers personnel and will be held in a confidential manner. (5) All capability statements sent in response to this Sources Sought notice must be submitted electronically (via email) to jeffrey.a.walker@usace.army.mil and to andrea.l.greene@usace.army.mil. �The Subject line and File name must state �Your Company Name-CAPABILITY STATEMENT- P-974 Electrical System Upgrade, Bahrain�. For example: ABC Construction-Capability Statement-P-974 Electrical System Upgrade, Bahrain (6) System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/SAM/ to include on information how to obtain CAGE code and DUNS number. NOTE: �This Source Sought is for market research purposes only and is not a Request for Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/22435c9b0e404df59986c756f87a2451/view)
 
Place of Performance
Address: BHR
Country: BHR
 
Record
SN05631445-F 20200423/200422060436 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.