SOLICITATION NOTICE
W -- 15-30MW Contractor Furnished Leased Power Plant at Camp Adder, [Tillel AFB], Muthanna Province, Iraq
- Notice Date
- 6/19/2009
- Notice Type
- Presolicitation
- NAICS
- 221119
— Other Electric Power Generation
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-09-R-0028
- Response Due
- 8/6/2009
- Archive Date
- 10/5/2009
- Point of Contact
- Edward A. Boddie, 2156566786<br />
- E-Mail Address
-
US Army Engineer District, Philadelphia
(edward.a.boddie@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Philadelphia District, Corps of Engineers, is issuing a negotiated, best value RFP (Request for Proposal) to acquire leased prime power plant services at Camp Adder, [Tillel AFB], Muthanna Province, Iraq. The selected offeror will be required to provide all necessary tools, materials, and equipment and perform testing required in accordance with approved drawings that includes technical and performance specifications for the Power Plant in accordance with the contract documents. The successful offeror will also be required to provide operation and maintenance service in support of an existing 8MW government owned power plant. In order to be eligible for award, detailed pricing will be required. Failure to submit pricing detail for all major components categories will cause rejection of the offer. The procurement is being conducted as a best value acquisition under Part 15 of the Federal Acquisition Regulations. The base performance period will be one calendar year. An Option to extend the performance period up to one additional year is also included in the solicitation. Proposals will be evaluated for completeness in satisfying the requirements of the RFP. The proposals will be ranked on the basis of the following factors: (a) past performance and experience, (b) technical ability (comprised of contractor furnished equipment/product listings/catalogs, the offerors management plan, and locations of the offerors primary place of business and field offices), (c) mobilization/ set up schedule, (d) extent of subcontracting, and (e) price. Mobilization/set-up schedule and past performance and experience and technical ability are of equal weight and are each more important than the extent of subcontracting. The extent of subcontracting is more important that price; however, price remains a significant factor. The procurement is unrestricted and the applicable NAICS code is 221119 with a size standard of 4 million megawatt hours (a firm is small if, including its affiliates, it is primarily engaged in the generation, transmission, and/or distribution of electric energy for sale and its total electric output for the preceding fiscal year did not exceed 4 million megawatt hours). The solicitation will be issued on, or about, 06 July 2009 with proposals due by 4:00 p.m., local time, 06 August 2009. Hard copy quotes are to be delivered to the Corps of Engineers, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390 ATTN: Mr. Edward A. Boddie. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Offerors may view and/or download the solicitation and all amendments from the Internet on (or after) the issue date. Registration for plans and specs should be made via FBO Internet homepage. Hardcopies will not be available and no written or fax requests will be accepted. If any offeror information changes during the advertisement period, offerors are responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving the solicitation and any amendments. Offerors are responsible for printing paper copies of the solicitation. Bonding is not required. Multiple awards may be made. All offerors must be registered in the DoDs Central Contract Register before award, as required by DFARS 204.7300 and, for US firms, must comply with VETS-100 annual reporting as required by FAR 22.1310(b). Instructions will be included in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-09-R-0028/listing.html)
- Place of Performance
- Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA<br />
- Zip Code: 19107-3390<br />
- Zip Code: 19107-3390<br />
- Record
- SN01850616-W 20090621/090619235702-3ddb4180bdd2653b80e5d0455e7e235c (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 |