Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
MODIFICATION

S -- Worldwide Emergency Power Support for USACE Military Contingency Response - Amendment 1

Notice Date
7/30/2009
 
Notice Type
Modification/Amendment
 
NAICS
221119 — Other Electric Power Generation
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-R-0025
 
Response Due
7/22/2009
 
Archive Date
9/30/2010
 
Point of Contact
Karyn D Price, Phone: 215-656-6924
 
E-Mail Address
karyn.d.price@usace.army.mil
(karyn.d.price@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 01 under W912BU-09-R-0025. Please resubmit questions. The Philadelphia District, Corps of Engineers, is issuing a negotiated, best value RFP (Request for Proposal) to acquire emergency power support services. The selected offeror(s) will be required to provide emergency power support, worldwide, in support of the U.S. Army Corps of Engineers response to military contingencies. Such support may be provided through the lease of contractor furnished equipment, the operation and maintenance of Government furnished equipment, or a combination of both. The successful offeror(s) also will be required to replenish BOM (Bill of Materials) expended by the Government. There are six primary, geographic areas to be supportedArea 1: Europe (including Mediteranean rim countries), Area 2: Remainder of Africa, Area 3: Central Asia (including but not limited to: Afghanistan, Uzebekistan, Krygystan, Kahzikstan, and Pakistan), Area 4: Southeast Asia (Thailand, Phillipines), Area 5: Republic of Korea, Area 6: Central America (includes but is not limited to Mexico, Honduras, Belize, and Panama) and Area 7: South America. An offeror may propose on a single area, a combination of areas, or all areas. In order to be eligible for award of an area (or areas), prices must be submitted on all line items for the area (s). Failure to submit a price on all line items in an area may cause rejection of the offer. The procurement is being conducted as a best value acquisition under Part 15 of the Federal Acquisition Regulations. The base performance period will be one calendar year. Options to extend the performance period up to four additional years are also included in the solicitation. The maximum contract ceiling for the resultant award(s) is $500 million for the base and all options. Proposals will be evaluated for completeness in satisfying the requirements of the RFP. The proposals will be ranked on the basis of the following factors: (a) past performance and experience, (b) technical ability (comprised of contractor furnished equipment/product listings/catalogs, the offerors management plan, and locations of the offerors primary place of business and field offices), (c) extent of subcontracting, and (d) price. Past performance and experience and technical ability are of equal weight and are each more important than the extent of subcontracting. The extent of subcontracting is more important that price; however, price remains a significant factor. The procurement is unrestricted and the applicable NAICS code is 221119 with a size standard of 4 million megawatt hours (a firm is small if, including its affiliates, it is primarily engaged in the generation, transmission, and/or distribution of electric energy for sale and its total electric output for the preceding fiscal year did not exceed 4 million megawatt hours). The solicitation will be issued on, or about, 22 June 2009 with proposals due by 4:00 p.m., local time, 22 July 2009. Solicitation documents will only be available via the Web, hard copies will not be available. Offerors may view and/or download the solicitation and all amendments from the Internet at the following address: https://ebs.nap.usace.army.mil on (or after) the issue date. If any offeror information changes during the advertisement period, offerors are responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving the solicitation and any amendments. Offerors are responsible for printing paper copies of the solicitation. Bonding is not required. Multiple awards may be made. All offerors must be registered in the DoDs Central Contract Register before award, as required by DFARS 204.7300 and, for US firms, must comply with VETS-100 annual reporting as required by FAR 22.1310(b). Instructions will be included in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-09-R-0025/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA<br />
Zip Code: 19107-3390<br />
 
Record
SN01893250-W 20090801/090730235837-ef24ba6bd654a5f77a4dcad9dcc4a148 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.