Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2005 FBO #1167
SOLICITATION NOTICE

Y -- MEAD SUBSTATION STAGE 10

Notice Date
2/3/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO 80228-2802
 
ZIP Code
80228-2802
 
Solicitation Number
DE-RP65-05WG68877
 
Response Due
4/8/2005
 
Archive Date
5/8/2005
 
Small Business Set-Aside
N/A
 
Description
Contractor shall provide all labor, equipment and material, necessary for installing 48 Government-furnished 230-kv power circuit breakers, 50 Government-furnished 230-kV motor-operated disconnecting switches, 230-kV pedestal-mounted capacitors, 180-kV surge arresters, porcelain station post insulators, supporting structures, structural steel, furnishing and installing reinforced concrete foundations, structural steel, anchor bolts, control cable, fiber optic cable, insulated power cable, buried copper ground wire, above ground and buried conduit, junction boxes, aluminum tubular bus, aluminum conductor, hardware and fittings; removing 45 existing 230-kV power circuit breakers and disconnecting switches, steel structures, insulators, conductor, hardware and fittings; modification of electrical equipment. All work shall be in strict compliance with the specifications and drawings. This project is staged in 2 parts. Part A is for approximately 65% of the work. Part B is for approximately 35% of the work. Part B may not be awarded. However, offerors are required to provide pricing for both Part A and B, as award will be made to the offeror who submits the best overall value to the Government, to include pricing for Part A and B and past performance. A firm-fixed price contract award is contemplated and the period of performance is for all work to be completed in 742 days. The project magnitude is estimated between $1,000,000.00 and $5,000,000.00. The applicable North American Industry Classification System (NAICS) code is 237130. Place of Performance is Clark County, Nevada, ZIP 89005. This is an unrestricted solicitation. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. It is anticipated the solicitation package to include specifications and drawings will be available at no charge on or about March 7, 2005. Requests for CD copy of solicitation is required. All requests for this solicitation and/or questions concerning the requirement MUST be submitted in writing to the address below. No phone calls will be accepted. Requests for the Request for Proposal (RFP) should be mailed to the Department of Energy at P.O. Box 6457, Phoenix, AZ 85005-6457 or faxed to (602) 605-2483 attention Lary A. Martin. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dunn and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. In addition, effective Jan 2005 and in accordance with FAR 52.204-8, Annual Representations and Certifications, all prospective offerors are required to enter (or update) their Online Representations and Certifications Application (ORCA) at this website: http://orca.bpn.gov .
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/3FB241343214C05585256F9D0068BAF4?OpenDocument)
 
Record
SN00745010-W 20050205/050203211749 (fbodaily.com)
 
Source
FedBizOpps.gov 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.