Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
SOLICITATION NOTICE

Z -- Request for Proposal (RFP) W912QR-15-R-0031 for the Boiler MACT project, Repair Heat Plant F/31240 that will be constructed at Wright-Patterson Air Force Base, Ohio.

Notice Date
6/15/2015
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-15-R-0031
 
Response Due
7/24/2015
 
Archive Date
8/23/2015
 
Point of Contact
Bjorn, 502-315-6196
 
E-Mail Address
USACE District, Louisville
(bjorn.t.hale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-15-R-0031 for the Boiler MACT project, Repair Heat Plant F/31240 that will be constructed at Wright-Patterson Air Force Base, Ohio. This work includes, but is not limited to, the conversion of two each coal fired steam boilers to natural gas fired boilers; the conversion of two each coal fired high temperature hot water generators to natural gas fired; new forced draft and induced draft fans; new boiler controls; and new plant controls. The total heat input to each boiler and to each HTHWG shall be 169.0 MMBTU/HR. Also included will be the demolition of existing coal handling equipment/facilities. The Contract Duration is three hundred sixty-five (365) calendar days from Contract Award. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 238220 - Plumbing, Heating, and Air Conditioning Contractors. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement. SELECTION PROCESS: The proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection process. This is a single-phase Design-Bid-Build procurement process. Potential offerors are invited to submit their performance and capability information as will be described in Section 00112 of the Solicitation, for review and consideration by the Government. Proposals will be evaluated based on the following technical factors: Experience, Past Performance, and Price and Pro Forma Requirements. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 24 June 2015 and approximate closing date is on or about 24 July 2015. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. PRE-PROPOSAL CONFERENCE: Pre-proposal meeting will be held at Wright-Patterson AFB, and the exact date, time and location will be noted in solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Bjorn Hale, at bjorn.t.hale@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-15-R-0031/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03765114-W 20150617/150615235127-875551590ce78e1569e92de282b0e886 (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.