AWARD
S -- Worldwide Power Contingency Response
- Notice Date
- 9/14/2010
- Notice Type
- Award Notice
- NAICS
- 221119
— Other Electric Power Generation
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-10-D-0016
- Archive Date
- 10/14/2010
- Point of Contact
- Karyn Price, 215-656-6924
- E-Mail Address
-
USACE District, Philadelphia
(karyn.d.price@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912BU-10-D-00016
- Award Date
- 9/13/2010
- Awardee
- BERGER CUMMINS J V (168092646)<br> 2445 M ST NW<br> WASHINGTON, DC 20037-1435
- Award Amount
- $490,000,000.00
- Line Number
- 0001 through 0013
- Description
- The U.S. Army Corps of Engineers has a requirement to provide electrical services for conflict and disasters situations (contingency operations) worldwide. The requirement is for labor, rental generators, high voltage transmission, power plant installation, transmission poles, overhead and underground distribution. It is the intent that this contract will be used heavily for Afghanistan. It is also likely that this contract will be used to aid foreign governments with power support services due to a natural disasters. This contract can be used for power support services anywhere in the world. The government issued three awards to three responsible firms who confirming to the solicitation, are the best value to the government. The requirement is for a base period of twelve months and four twelve month option periods. The total length of these contracts shall not exceed five years. The contract is an IDIQ (Indefinite delivery, indefinite quantity type contract) with a maximum capacity of $490,000,000.00. The ordering period shall not go beyond five years and the maximum order amount shall not go beyond $490,000,000.00 within the five year period. The total capacity of $490,000,000.00 will be a shared capacity by all three awardees. The total value of all task orders under all three awards shall not exceed the maximum capacity of $490,000,000.00. The SSP (Source Selection Plan) defined best value as the proposal that would be most advantageous to the Government, with appropriate consideration given to the following evaluation factors: Technical Capability, Managerial Capability, Past Performance and price. The three technical factors are significantly more important than price. Three awards were made as a result of this request for proposals to the following firms: Berger/Cummins JV, Washington D.C. Fluor Intercontinental, Inc., Greenville, S.C. IAP Worldwide Services, Inc., Panama City, F.L.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/Awards/W912BU-10-D-00016.html)
- Record
- SN02281274-W 20100916/100915000013-b4bdbf22042c573126841eb0bcf181e9 (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 |