Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2014 FBO #4759
MODIFICATION

Z -- Electrical Systems and Equipment Repairs, Replacement and/or Rehabilitation - IDIQ

Notice Date
12/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Ofices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R15PS00105
 
Archive Date
12/20/2014
 
Point of Contact
Kelli Adams, Phone: 702-293-8363
 
E-Mail Address
kadams@usbr.gov
(kadams@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE HAS BEEN RENUMBERED. PLEASE REFERENCE R15PS00148 (https://www.fbo.gov/index?s=opportunity&mode=form&id=c1ad326c0e4c711f9a32a4c90edd575e&tab=core&_cview=0) FOR SOLICITATION DETAILS AND ALL FUTURE INFORMATION. The U.S. Department of the Interior (DOI), Bureau of Reclamation (Reclamation) intends to issue a solicitation for electrical services for scheduled maintenance and rehabilitation of facility electrical infrastructure and related and dependent equipment and components. Work under this contract will result in suitable repairs, rehabilitations, upgrades, and/or replacements leading to safe operating conditions of extant equipment including but not limited to code-compliant systems, systems with capacity to meet operational and functional needs for the agency's activities, and safe arc flash zone definition where needed. Guiding public standards for this work include National Fire Protection Association (NFPA) Code 70B on electrical maintenance practice, including but not limited to Chapter 9 (Studies and Analyses) and Chapter 11 (Testing Procedures Standards); NFPA 70, the National Electric Code (NEC); NFPA 101, Life Safety Code; and, International Building Code, 2014 - all as amended for Southern Nevada/Clark County. Examples of services include, but are not limited to: repair/restore deteriorated insulation, terminations, connections, and minor devices and components; remove inadequate conductors and install new conductors; rehabilitate or replace distribution control and switching equipment, devices, panels, and cabinets; and, accomplish other rehabilitative and improvement tasks for site, building, and other facility infrastructure and power supply, distribution, control, monitoring, and metering equipment and systems. Typical General Requirements include: 1. Safety: Work requires regular access to energized, powered infrastructure including power management, distribution, and local supply equipment, and represents significant hazards during testing and measurement activities. A Site-specific Safety and Health Plan with task-specific Job Hazard Analyses is required for each task ordered activity, compliant with Occupational Safety and Health Administration (OSHA) and Reclamation Safety and Health Standards (RSHS) and test- and safety-related requirements of National Electric Code and Fire/Life Safety Codes. 2. Hazardous, Non-Hazardous and Universal Waste Disposal: In the event that work under any task order under this Agreement generates or is likely to generate Hazardous Waste Materials, Hazmat plans and actions shall comply with relevant requirements of OSHA (29 CFR, et al) and RSHS regarding workforce and environmental health and safety; and 40 CFR as applicable for manifesting, permitting, and disposition actions; and other appropriate regulations and laws. 3. Environmentally Compatible Materials, Processes, and Products: Work may require installation of new materiel; where available and appropriate, some devices and components may be identified under specific task orders as Energy-Star or FEMP Low Standby Power products. 4. Labor Standards: Work under specific task orders may be subject to the Service Contract Act, Davis-Bacon Act, or both. This requirement will be a competitive, 100% Set-Aside for Small Businesses. There will be no public bid opening as competitive proposals will be evaluated in accordance with FAR Subpart 15.101-2, Lowest price technically acceptable source selection process. The resultant award will result in a five (5) year Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a minimum guarantee of $100,000.00 and a maximum of $1,600,000.00 for work over the life of the contract. The services to be procured are classified in the North American Industry Classification System code 238210, Electrical Contractors and Other Wiring Installation Contractors. The Small Business Size Standard is $14 Million for this NAICS. The solicitation and any amendments to the solicitation will be available through the Federal Business Opportunities (FBO) (www.fedbizopps.gov) website. The extent of the work will be described in the solicitation when it is posted on or before December 1, 2014, under Solicitation number R15PS00105 (previously R14PS00133). The project period of performance is anticipated to begin on or about February 2015 with an anticipated completion date of February 2020. All dates in this notice are estimates and are subject to change. No other information will be available before the solicitation is posted. NOTE: The Solicitation will be issued electronically, as will any amendments thereto, in accordance with FAR Subpart 4.5 and 5.102(a)(1); therefore, hard copies will not be provided. There will not be any printed or hard copies of the Solicitation mailed. Additionally, most public libraries have resources available to electronically access and download the Solicitation. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders list. It is therefore, the responsibility of all interested parties to periodically access the above FBO internet address in order to obtain any amendments which may be issued and to ensure that they have the most current information. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in rejection of the same. Additionally, hardcopy documents are available for download from FedConnect. It is the responsibility of all interested parties to follow the link provided on the FBO website under Additional Info or to visit the FedConnect (www.fedconnect.net) website to search public opportunities under Reference Number R15PS00105 (previously R14PS00133). In addition, offerors are required to have an active record in the System for Award Management (SAM) to be eligible for contract award. Offerors may register on SAM at https://www.sam.gov. Written questions may be submitted to Kelli Adams via email at kadams@usbr.gov. Only written questions will be accepted and addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a84ad81a22991e6f9ba21cf6e2b1344)
 
Place of Performance
Address: Boulder City, Nevada, 89005, United States
Zip Code: 89005
 
Record
SN03586026-W 20141205/141203234523-7a84ad81a22991e6f9ba21cf6e2b1344 (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.