Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2020 SAM #6684
SOLICITATION NOTICE

Y -- RECAPITALIZATION OF UTILITIES LOAD CENTERS & UPS EE-FF-GG

Notice Date
3/16/2020 7:37:05 AM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR20R0019
 
Response Due
3/18/2020 11:00:00 AM
 
Archive Date
03/31/2020
 
Point of Contact
Erica A. Eaton, CONTRACTING OFFICER, Phone: 4109624958, Sierra S. Marshall, CONTRACTING OFFICER, Phone: (240) 636-9615
 
E-Mail Address
Erica.A.Eaton@usace.army.mil, sierra.s.marshall@usace.army.mil
(Erica.A.Eaton@usace.army.mil, sierra.s.marshall@usace.army.mil)
 
Description
*************************************************************************************************** This�presolicitation�notice is hereby amended to extend the response date to Wednesday, 18 March 2020 @ 2PM.� ***************************************************************************************************** The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB), Real Property Field Office (RSFO) intends to issue a Request for Proposal (RFP) seeking to award a firm-fixed price (FFP) design bid build (DBB) construction contract. This procurement is being solicited as Full and Open Competition (Unrestricted); The North American Industry Classification System (NAICS) coded is 238210 ""Electrical Contractors and Other Wiring Installation Contractors"" with a size standard of $16,500,000.00. The magnitude of construction is between $10,000,000.00 and $25,000,000.00. The Construction duration is approximately 24 months from notice to proceed (NTP).� Project Description: The contract will include the construction of Load Centers and Un-interruptible Power Supply line-ups EE, FF, and GG, located on Buckley Air Force Base, Colorado. The work includes, but is not limited to the restoration, replacement and reconfiguration of active and non-active Critical Uninterruptable Power Supply Systems (UPS), (Technical) Load Centers and incidental related work consisting of the installation of all associated switchgear, batteries, and electrical infrastructure to support system redundancy inclusive of all Power Distribution Units (PDU); Motor Control Centers with Automation Systems, Human Machine Interfaces, Network Controls and planning and sequencing work to minimize power outages.� This contract will also require the construction contractor to utilize a Temporary Load Center which will be Government Furnished Equipment (GFE), a trailer mounted load center, uninterruptable power supply, associated switchgear, batteries, and additional electrical infrastructure. Sources will be prequalified in accordance with DFARS 236.272. Under these procedures, Offerors will be required to submit information addressing capabilities and other factors identified in the prequalification criteria. The Government will evaluate the prequalification information and determine a list of qualified Offerors to which the Request for Proposal (RFP), including plans and specifications, will be sent. Only offers received from listed qualified Offerors will be considered in the subsequent evaluations. NOTE: All Offerors will be required possess a Top Secret Facility Site Clearance, and the construction of this project shall be accomplished using US citizens.� �The use of non- US citizens is permitted provided that the US person(s) meet eligibility requirements as defined in 8 USC 1101(a)(20) or 8 USC 1324b(a)(3), and proof of eligibility must be provided. The Prequalification requirements are being posted electronically on or about�19 February 2020 via the Beta.SAM Website at www.beta.sam.gov, with a submission of qualifications due on 18 March 2020. Only those firms determined to be qualified will be invited participate in the Source Selection process. The Contracting Officer will award a firm fixed-price contract to the responsible Offeror who was advanced during Prequalification and whose proposal the Source Selection Authority has determined conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government, considering all non-price factors, and price. It is the contractor's responsibility to monitor the beta.SAM website for any amendments. Offerors are required to be registered in the beta.SAM website at https://www.beta.sam.gov to be eligible for award. Offerors must also be registered in Representations and Certifications Applications (included in beta.SAM). The North American Industry Classification System (NAICS) Code applicable (238210 listed above) to this acquisition must be in the vendor�s beta.SAM registration. Award will be made to the responsible Offeror, determined to represent the best value to the Government in accordance with the source selection procedures stated in the Request for Proposal (RFP). Offeror's submissions during both Prequalification and Source Selection must conform with the requirements stated in the RFP. All questions must be submitted in writing via email, to the Point of Contact listed below. The media selected for issuance of the solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with FAR 52.204-7 and DFARS 252.204-7007, all vendors must be registered with beta.SAM to be eligible for award of a contract. Information on registration can be found at https://www.beta.sam.gov. Interested parties may download the solicitation at no charge from the beta.SAM website at https://www.beta.sam.gov. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a483bff07b6b4b5baccb2ff88d0c8b04/view)
 
Place of Performance
Address: Aurora, CO 80017, USA
Zip Code: 80017
Country: USA
 
Record
SN05590020-F 20200318/200316230144 (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.