SOLICITATION NOTICE
J -- Maintenance, Repair, and Environmental Compliance Services for the SPIDERS Microgrid and Electrical Distribution System at Camp H. M. Smith, Oahu, Hawaii
- Notice Date
- 12/10/2018
- Notice Type
- Synopsis
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
- ZIP Code
- 96860
- Solicitation Number
- N6247819R2472
- Response Due
- 1/25/2019
- Archive Date
- 2/25/2019
- Point of Contact
- Lara Staley (808) 474-9334
- Small Business Set-Aside
- Total Small Business
- Description
- The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide preventive maintenance (PM), corrective maintenance (CM), and environmental compliance (EC) of the Smart Power Infrastructure Demonstration for Energy Reliability and Security (SPIDERS) Microgrid and Electrical Distribution System at Camp H. M. Smith, Oahu, Hawaii under an Indefinite Delivery Indefinite Quantity (IDIQ) type, performance-based contract that is comprised of both recurring work and non-recurring work items. The work shall include, but is not limited to, associated systems such as Utility Monitoring and Control Systems (UMCS), Fueling Systems (e.g., Fuel Level Alarm Indication), Test Simulators, Meters, Audible Alarms, Fueling Systems, Protection Relays associated with SPIDERS, Cyber Security, Heating, Ventilation and Air Conditioning (HVAC) Systems, and Communication infrastructures. Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 238210 and the annual size standard is $15,000,000. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards. The minimum guarantee will be the Base Period Recurring work and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule. The Government does not intend to use FAR Part 12 for the acquisition. Based on market research, including a sources sought notice issued on June 29, 2018 and modified on August 17, 2018, there is a reasonable expectation that offers would be obtained from at least two responsible small business concerns. The proposed contract listed here is 100 percent small business set-aside. The NAVFAC Hawaii small business office concurs with the set-aside determination. The Government will only accept offers from small business concerns. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. The solicitation utilizes source selection procedures which require offerors to submit a non-price proposal (Corporate Experience, Safety, and Past Performance) and a price proposal for evaluation by the Government. Proposal receipt date is approximate. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247819R2472/listing.html)
- Place of Performance
- Address: Oahu, , HI
- Zip Code: 96860
- Country: US
- Zip Code: 96860
- Record
- SN05170195-F 20181212/181210230013 (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 |