Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

Y -- Detroit Arsenal Substation

Notice Date
5/22/2020 6:40:48 AM
 
Notice Type
Solicitation
 
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
5/28/2020 1:00:00 PM
 
Archive Date
08/22/2020
 
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 is issuing a Request for Proposal (RFP) W912QR20R0008 for a Design-Build project to construct a high-voltage Substation. Work includes the construction of a high-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.�Contract duration is estimated at 730 calendar days. A pre-proposal site visit may be held. Meeting and site visit details will be provided after phase 1 of the solicitation. TYPE OF CONTRACT AND NAICS: This RFP�is 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 is 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 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. 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 the Contract Specialist, Blake Gevedon, at william.b.gevedon@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/86b747a3b9104957af8042a4528e539e/view)
 
Place of Performance
Address: Warren, MI 48397, USA
Zip Code: 48397
Country: USA
 
Record
SN05669062-F 20200524/200522230157 (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  © 1994-2020, Loren Data Corp.