Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2013 FBO #4094
DOCUMENT

Y -- NSP 11-07 AND P-686 POWER PLANT III UPGRADES AT CAMP LEMONNIER, DJIBOUTI - Attachment

Notice Date
2/6/2013
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247013R3006
 
Archive Date
5/6/2013
 
Point of Contact
Katya Oxley (757)322-4735 Katya Oxley (757)322-4735; katya.oxley@navy.mil
 
E-Mail Address
ate
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS PROCUREMENT WILL BE SOLICITED ON AN UNRESTRICTED BASIS. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 8 APRIL 2013. This construction project provides additional electrical and mechanical renovations to Power Plant II (PP II) and Power Plant III (PP III) at Camp Lemonnier, Djibouti (CLDJ), Africa. The Base work includes additional electrical and mechanical renovations to PP II and PP III; an overflow fuel tank at PP II and a fuel line connecting PP II and PP III. The contractor shall be required to cut through the existing ATFP berm (45 feet bottom, 8 feet top and 8 feet tall) for the fuel line installation. The contractor shall complete the following new site work: fencing along the west and south sides of PP II; fence repair at the northwest corner of PP III; an aboveground fuel storage overflow tank at PP II; and a duplex pumping system at PP III. The new pipeline will transfer fuel from the seven tanks at PP III to the two tanks at PP II. The contractor shall provide and install four (4) new Caterpillar power modules (generators G5, G6, G7, and G8) to supplement the four (4) existing power modules at PP III. The power modules will be coordinated with existing generators (G1, G2, G3, and G4), synchronized and programmed for load sharing to allow PP II and PP III to function as a single plant or as individual sources. Each new power module will have fully enclosed sound attenuated enclosures and will generate 1600kW of power. An Option includes additional electrical and mechanical renovations to PP II and PP III. The contractor shall provide and install a modular building (PP IIA), which will house a fully enclosed 11,000 volt, 3,000 ampere bus, double ended switchgear line-up for future expansion and to serve the existing feeders from PP II. The contractor shall locate the PP IIA switchgear adjacent to the existing PP II site. The contractor shall replace the above ground cable trays used as raceway for circuitry from the step-up transformers and control circuitry for the generators to the appropriate breakers in PP II with underground trenches. The contractor shall provide and install four (4) additional Caterpillar Power Modules (G9, G10, G11 and G12) for PP III with fully enclosed sound attenuated enclosures, generating at 400V, 50Hz, and each supplying 1,600kW of power. The new power modules for this option (G9, G10, G11 and G12) shall be coordinated by the contractor with the existing modules (G1, G2, G3, and G4) and the new modules from the base (G5, G6, G7 and G8). The contractor shall synchronize and program all power modules for load sharing to allow PP II, PP IIA and PP III to function as a single plant or individual source. The period of performance is approximately 12 months after notice to proceed. This project will be awarded as a firm-fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The magnitude of construction is between $10,000,000 and $25,000,000. This contract will require a Performance Bond pursuant to FAR 52.228-15, through an approved surety under the United States Treasury Department Circular 570. Based on the feasibility of a contractor to furnish a Performance Bond, offerors may provide a 10% Performance Guarantee, in accordance with NFAS 5252.228-9306, in lieu of a Performance Bond. The Request for Proposals (RFP) will be available for viewing and downloading on or about 8 April, 2013. The proposal due date will be on or about May 8, 2013, 2:00 p.m. Eastern Standard Time North America. The solicitation will be formatted as an RFP in accordance with the requirements designated by Federal Acquisition Regulation (FAR) 15.203 for a negotiated procurement utilizing procedures of FAR 36.2. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors ™ proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The technical evaluation factors are anticipated to be as follows: Corporate, Experience, Past Performance, and Safety. A site visit to Camp Lemonnier, Djibouti will be available for this procurement. Due to the geographic location of this site, it is recommended that interested firms make pre-arrangements for travel (immunizations, etc.), base access and any other necessary requirements for overseas travel, as the solicitation will be limited to 30 days. The anticipated date for the site visit is the week of April 15, 2013. The Government intends to issue the RFP through the Internet at www.neco.navy.mil. All prospective offerors MUST register themselves on the website. All prospective offerors are encouraged to attempt download from the website prior to obtaining the solicitation from alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holder ™s list off the Internet, if necessary. The official plan holder ™s list will be created by registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments; therefore, it is the offerors ™ responsibility to check the website periodically for any amendments to this solicitation. IMPORTANT NOTICE: All potential offerors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The SAM website can be accessed at www.sam.gov. Reference is made to FARS Clause 52.204-99 (DEV), System for Award Management Registration (August 2012) (DEVIATION). You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about this synopsis, please contact Katya Oxley at katya.oxley@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247013R3006/listing.html)
 
Document(s)
Attachment
 
File Name: N6247013R3006_N62470-13-R-3006__Pre-Solicitation_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N6247013R3006_N62470-13-R-3006__Pre-Solicitation_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247013R3006_N62470-13-R-3006__Pre-Solicitation_Notice.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02981239-W 20130208/130206234748-43ebdfb22d3adb9c01efebd11d01719c (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.