Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2014 FBO #4610
MODIFICATION

J -- Operation and Maintenance of 56MW Power Plant and Distribution Grid at Bagram Airfield, Afghanistan

Notice Date
7/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
221112 — Fossil Fuel 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-14-R-0008
 
Response Due
8/1/2014
 
Archive Date
9/5/2014
 
Point of Contact
James Eckhardt, 215-656-6773
 
E-Mail Address
USACE District, Philadelphia
(james.e.eckhardt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE) Philadelphia District (NAP) intends to award a Firm Fixed Price contract for the Operation and Maintenance of the 56MW Power Plant and its Distribution Grid at Bagram Airfield, Afghanistan. The requirement will include at a minimum the following major work categories: 1) Existing 56MW power plant (combination of diesel and combustion turbine generators) a) Ten (10) - Diesel Generator Sets - Cummins Model DQKC with QSK60-G6 Engine - Each generator set derated to 1.0 MW for a total of 10 MW b) Four (4) - Combustion Turbine Generator Sets - Solar Model Titan 130 - Each generator set derated to 10 MW for a total of 40 MW c) One (1) - Combustion Turbine Generator Set - Solar Model Taurus 70 - Derated to 6 MW 2) Medium voltage distribution lines from the power plant to the HV side of each transformer to include the transformers 3) Secondary distribution system extending from the LV side of each transformer and ending with the main circuit breaker at each distribution panel to include the panel board and any associated transfer switches 4) Perimeter lighting system 5) Area lighting system 6) Solar lighting (fixed and portable) systems This acquisition will utilize best value trade-off source selection processes with the intent to award one contract to one responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the best value to the government. The evaluation factors are: Factor 1 - Technical/Risk, Factor 2 -Past Performance, Factor 3-Price. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and is the best value to the government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The expected period of performance is a base period of one (1) year with two (2) one (1) year option periods. The complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only. An organized site visit may be conducted. Attendance is not mandatory but is highly encouraged. The site visit date and time that will be established is subject to change at any time due to Base Operations. To gain entry to the site, preliminary requirements must be met; therefore, it is of utmost importance that you contact the Point of Contact as soon as possible to allow time to coordinate and meet site visit requirements. The Point of Contact for the site visit will be listed in the Section C of the solicitation. Solicitation Number W912BU-14-R-0008 will be issued on or about 1 August 2014 with proposal due date on or about 1 September 2014. The NAICS Code for this project is 221112. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $100,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the Systems for Award Management database as required by FAR 52.204-7. Award will be made as a whole to one offeror. This procurement is advertised as unrestricted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-14-R-0008/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03416517-W 20140709/140708021850-5ecf9c78959eed553a738ed74e754617 (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.