|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1997 PSA#1995SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 S -- ELECTRICAL UTILITY SERVICES FOR VARIOUS BASES THROUGHOUT
CALIFORNIA SOL N68711-98-R-5909 DUE 020598 POC Contract Specialist
David Garcia (619) 532-1451 Southwest Division, Naval Facilities
Engineering Command intends to procure a contract to provide firm
electrical power; scheduling coordination services; coordination of
transmission and distribution; ancillary services; metering services;
billing services; and one administrative point of contact to manage
this contract. Contractor must meet all state and federal requirements
to provide all services outlined in the solicitation. Contractor will
be responsible for providing and coordinating all services required to
deliver firm electrical power to the designated service points and for
coordinating the production, transmission and distribution of
electrical power to each service point. All billings will be base on
metered quantities. The Contractor will bear all costs arising from the
failure to deliver the required level of electrical power to each
contract installation. Those cost may include energy imbalance fees,
operational costs of standby and emergency generation, cost due to the
local distribution company, cost due to other parties as the provider
of last resort and all costs incurred by the government to search for
a replacement supplier. Service points are broken into five regions as
follows: Region A: Nonhousing Service Point in the SDG&E service
territory; Region B: Nonhousing Service Point in the SCE service
territory; Region C: Nonhousing Service Points in the PG&E service
territory; Region D: Housing Service Point in the SDG&E service
territory; Region E: Housing Service Points in the SCE service
territory. It is the intent of the government to award one or more
contracts to the responsible offeror(s) who submits the proposal(s)
considered most advantageous to the government considering "Price" and
"Technical" evaluation factors. The following evaluation factors have
been established: Factor 1 (Price) and Factor 2 (Technical) which are
weighted approximately equal. Within the technical factor, the
following subfactors are listed in order of importance: Subfactor (A)
Past Performance; Subfactor (B) Technical Approach; Subfactor (C)
Corporate Ability; Subfactor (D) Subcontracting Effort. This is a
solicitation for commercial items prepared in accordance with the
format in FAR Part 12 and FAR 15, as supplemented with additional
information included in this notice. This solicitation is issued
unrestricted and proposals will be considered from all responsible
sources. The Standard Industrial Code is 4911 and the annual size
standard is 4 million megawatt hours. It is recommended the
subcontracting goals reflect a minimum goal of 45% for small business,
20% for Small Disadvantaged Business, and 10% Women Owned Business. A
preproposal conference will be held on 14 January 1998 at 1:00 p.m.,
local time, at the Fleet Industrial Supply Center, 937 North Harbor
Drive, Building 1, 3rd Floor, Nautical Room. Please make reservation at
least two (2) days in prior to the conference by calling David Garcia
at (619) 532-1451. NOTE: RFPs will be available on or about 23 December
1997. The RFP for this project will be available and issued at no cost
on CD-ROM media and over the Internet at address
http://ebsswd.wes.army.mil as an Electronic Bid Set (EBS). The response
time required by FAR 5.203 will begin on the date of issuance of the
EBS solicitation. EBS solicitation packages may be acquired in person
from Plan Issue, by mail or by registration at the Internet website
address listed above. Telephone requests will not be accepted for
solicitation packages. Requests for the solicitation package must be in
writing stating solicitation number N68711-98-R-5909, with complete
name, address, area code and phone number and whether bidding as a
prime/subcontractor/supplier. Plan Holders Lists will not be faxed and
will be available at the Internet website address listed above. Mail
requests with a check payable to DEFENSE PRINTING SERVICE to Southwest
Division, Naval Facilities Engineering Command, ATTN: PLAN ISSUE, 1220
Pacific Highway, Building 132, San Diego, CA 92132-5190. A limited
number of hard copy paper RFPs will be available for a fee on a
pre-ordered, prepaid basis seven working days prior to pickup or
mailing outside a 25 miles radius of Southwest Division. Requests in
writing for hard copy solicitation packages must provide the same
information stated above. There is a cost for each hard copy
solicitation package. Please call Plan Issue at (619) 532-2084 for the
amount. The only methods of payment that will be accepted for hard
copy RFPs are Visa, Mastercard, cashiers checks or money orders and
they should be made out to DEFENSE AUTOMATED PRINTING SERVICE. Fees are
not refundable. If you choose to pay by cashiers check or money order,
please submit one (1) cashiers check or money order per project.
Solicitation packages are limited to two (2) sets per prime and one (1)
set per subcontractor supplier. (0349) Loren Data Corp. http://www.ld.com (SYN# 0065 19971218\S-0004.SOL)
S - Utilities and Housekeeping Services Index Page
|
|