Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOLICITATION NOTICE

Y -- Detroit Arsenal Substation

Notice Date
12/3/2019 11:49:59 AM
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20R0008
 
Response Due
2/6/2020 11:00:00 AM
 
Archive Date
02/21/2020
 
Point of Contact
William B. Gevedon
 
E-Mail Address
william.b.gevedon@usace.army.mil
(william.b.gevedon@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR20R0008 for a Design-Build project to construct a high-voltage Substation. Work includes the construction of a medium voltage substation with 2-120kV Circuit Switchers and concrete pads, power transformers (2- 40MVA, 120kV/13.2kV, 3 phase) and concrete pad; and secondary switchgears (15kV two (2) line up with tie breaker and connecting underground cables and conduits, with associated concrete encased distribution loops, underground cable vault and cabling and all associated duct banks with cabling. Work also includes a lower-voltage substation, distribution transformers (2-10MVA, 13.2kV/4.8kV, 3 phase), switchgear (15kV rated but operated at 4.8kV), duct banks and cabling, intercept and splice or reroute existing 4.8kV cables to the new switchgears. Equipment will be sized and compatible with existing electrical infrastructure. Supporting facilities include reconfiguring existing underground utilities, site development and improvements, paving, parking, walkways, fencing, storm drainage, site improvements, information systems, and communications. Building information systems and antiterrorism measures for this project are unique in nature and not included in the unit cost of the building. Contract duration is estimated at 730 calendar days. A pre-proposal site visit may be held. Meeting and site visit details will be provided in the solicitation.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 237130 Power and Communication Line and Related Structures Construction.TYPE OF SET-ASIDE: This is a Full and open procurement.CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000, in accordance with DFARS 236.204.SELECTION PROCESS: This will be a two-phase Design/Build procurement process. The proposals will be evaluated using a Best Value Tradeoff source selection process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 16 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Past Performance and Management Plan. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Design/Technical, Small Business Participation Plan, and Price. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation.All evaluation factors, other than cost or price, are considered approximately equal to cost or price.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.ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 23 December 2019. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://beta.sam.gov.SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management Contract Opportunities website, https://beta.sam.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 System for Award Management Contract Opportunities website, https://beta.sam.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 onebusiness/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 the Contract Specialist, Blake Gevedon, at william.b.gevedon@usace.army.mil.This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79dd2b060a964640afd549aac82e4c76/view)
 
Place of Performance
Address: 84000, MI 48397, USA
Zip Code: 48397
Country: USA
 
Record
SN05507393-F 20191205/191204050232 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.