Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2017 FBO #5599
MODIFICATION

Z -- Recapitalization of Un-interupted Power Supplies and Load Centers, Denver, Colorado Area

Notice Date
3/21/2017
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-R-0004
 
Point of Contact
Peter G. Zizos, Phone: 443-654-7860
 
E-Mail Address
peter.g.zizos@usace.army.mil
(peter.g.zizos@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Recapitalization of Un-interupted Power Supplies and Load Centers, Denver, Colorado Area Pre-Solicitation Notice W912DR-17-R-0004 THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This is a PRESOLICITATION NOTICE. A Sources Sought Notice was previously posted as W912DR-17-S-ELCO. The solicitation is planned to be posted in the end of March or the beginning of April. The media through which the Government intends to issue the solicitation will be Compact Disk (CD) only; the solicitation will not be issued in paper or through the internet. No phone or fax requests for a copy of solicitation will be accepted. The North American Industrial Classification System (NAICS) Code is 238210 -- Electrical Contractors and Other Wiring Installation Contractors. The Government intends to solicit proposals as UNRESTRICTED. The U.S. Army Corps of Engineers, Baltimore District will solicit proposals from prime contractors interested in performing work on a design-bid-build construction project for the Recapitalization of Un-interupted Power Supplies and Load Centers. The work includes restoring, replacing and reconfiguring active and non-active Critical Uninterruptable Power Supply Systems (UPS) and Load Centers, installation of all associated switchgear and transformers, batteries, and electrical infrastructure to support System Redundancy inclusive of all Power Distribution Units (PDU); Motor Control Centers with Automation Systems (PLCs, EMCS, BAS, FA and the like); Human Machine Interfaces; Network Controls with communication protocols ARCNET, CAN Bus, DeviceNet, LonWorks, Modbus, PROFIBUS and the like; Planning and sequencing work to minimize both the quantity and duration of power outages. Offerors will be required to have single and aggregate bonding capacity to support the project and have experience in restoring, replacing and reconfiguring active and non-active Critical Uninterruptable Power Supply Systems (UPS) and Load Centers. The contemplated work shall be completed within 24 months from receipt of notice to proceed. Work performed will be within the North American Industry Classification System (NAICS) Code 238210 -- Electrical Contractors and Other Wiring Installation. A Design-Bid-Build construction project is contemplated at this time. The magnitude of the requirement is estimated between $10-25 Million. Full bonding is required for this project. A bid bond will be required for all offers. 100% Performance and Payment Bonds will be required. All Contractors must submit a Statement of Affiliations (SOA) certified by company officials and agreement to obey full document control procedures associated with any documents in solicitation. SOAs are being requested with this pre-solicitation notice and approval of SOA's shall be required prior to issuing a copy of the solicitation and specifications and shall be current with proposal submission, should a solicitation be issued. Only U.S. persons, as defined in 8 U.S.C. 1101(a)(20) or 8 U.S.C. 124b(a)(3), may work on this site or have access to any of the documents. The project will be constructed in accordance with the Uniform Federal Antiterrorism Force Protection (ATFP) standards. Specifications and Drawings will only be released to Offerors who are free from Foreign Ownership, Control and Influence (FOCI). Offerors wishing to receive specifications and drawing are required to submit the "Statement of Affiliation" form posted with this pre-solicitation notice. All companies working on this job or having access to any of the documents must be free from Foreign Ownership, Control and Influence (FOCI), as determined by the client security office. To establish that an Offeror is eligible to receive drawings and specifications, the Offeror must submit Statement of Affiliation to Foreign Interest. All Offerors, whether prime offerors or subcontractors, have to be verified for compliance with DFARS 252.209-7001, Disclosure of Ownership or Control by a the Government of a Terrorist Country, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government and DFARS 252.2209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country. The verification process must be completed prior to release of Drawings and Specifications to any offeror. Use the attached Statement of Affiliation form dated 031717. (File Name: STATEMENT OF AFFILIATION 031717). The attached draft copies are UNACCEPTABLE. Submission of the Statement of Affiliation is required by April 10, 2017. An electronic copy of the Statement of Affiliation must be submitted to Peter G. Zizos, Peter.G.Zizos@usace.army.mil by April 10, 2017. Originals copies of the Statement of Affiliation will be submitted with the proposal submission. If an Offeror receives the drawings and specifications and declines to offer, then the original Statement of Affiliation shall be submitted with the return of the drawings and specifications. A contract will not be awarded to a firm or subsidiary of a firm if it is determined to be under significant FOCI from governments or countries that support terrorism or are considered critical intelligence threats. Subcontractors identified in the proposal are subject to the same eligibility determination. If the government determines there is, or may be, FOCI, then the Government may seek clarification to make a final determination whether the Offeror is eligible to receive the Drawings and Specifications. If an Offeror is not determined to be free of significant FOCI issues, the Offeror may be required to submit a mitigation strategy in writing that must be approved by the U.S. Government, otherwise the Offeror may be ineligible for further award consideration. If FOCI concerns cannot be mitigated to the satisfaction of the U.S. Government security representatives then the Offeror may be determined to ineligible to receive the Drawings and Specifications. This determination is solely at the discretion of the U.S. Government security representatives. Being denied access to the documents or specifications, or receiving them in a delayed manner, as a result of FOCI processing is not cause for a protest or an extension of the response period. Offerors are encouraged to submit the Statement of Affiliation as soon as possible in order to determine eligibility. Offerors will be notified as to their eligibility to receive drawings and specifications when a decision on eligibility is made by the U.S Government security representative. Again, submission of the Statement of Affiliation is required by April 10, 2017. All personnel doing work on facility, including any subcontractors who require access to the Site shall be United States citizens without any felony convictions. Cleared and un-cleared persons are acceptable for the work on Site, however un-cleared persons must be escorted by facility qualified escorts. Large Businesses will be required to submit a subcontracting plan. Any contractor interested in obtaining a contract award with the Corps of Engineers must be registered in the System for Award Management (SAM) at www.sam.gov. All are urged to double check their SAM registration. After verification of SOAs, the solicitation will be provided in an electronic format on Compact Disk (CD) free of charge, to all authenticated holders of the Federal Business Opportunities (FBO) System. To familiarize vendors with the system, please download the Vendor Guide by logging onto https://www.FBO.gov. Please note that all Corps of Engineers acquisitions are considerd Sensitive but Unclassified; offerors are required to have a valid MPIN entered in the FBO system to access selected documents of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-R-0004/listing.html)
 
Place of Performance
Address: Denver, Colorado Area, Denver, Colorado, United States
 
Record
SN04442665-W 20170323/170321235145-f343243d5fa7aa46fa5dd1feb3936eea (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.