SOLICITATION NOTICE
S -- Electrical Support Services for the Middle East
- Notice Date
- 4/5/2010
- Notice Type
- Presolicitation
- NAICS
- 221119
— Other Electric Power Generation
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-10-R-0022
- Response Due
- 5/15/2010
- Archive Date
- 7/14/2010
- Point of Contact
- Karyn Price, 215-656-6924
- E-Mail Address
-
USACE District, Philadelphia
(karyn.d.price@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Please contact Karyn Price @ karyn.d.price@usace.army.mil with any questions regarding this announcement. The AED (Afghanistan Engineer District) is located in Kabul, Afghanistan and supports the U.S. Army, DOD, and other U.S., international and coalition partners in the Middle East Region by providing quality and timely installation of temporary and permanent electrical infrastructure. During fiscal year 05, NAP (Philadelphia District) entered into contract number W912BU-05-D-0004 with Inglett and Stubbs, International for the installation and expansion of electrical power distribution systems in Afghanistan and Iraq in support of military contingency operations. The contract was awarded as an IDIQ (indefinite delivery, indefinite quantity) contract with a ceiling of $500 million (base year plus four option years). This action provides support to military contingencies for various ongoing missions including Operation Enduring Freedom, Operation Iraqi Freedom, Operation New Dawn and various other contingency operations that will still require these services throughout CENTCOM and AFRICOM. Afghanistan Engineer District (AED) was tasked by USFORA and Multi-National Central Command Iraq (MNC-I) to provide a follow-on contract action for a twelve month base year with four option year periods. Unfortunately, AED and Gulf Region District (GRD) are unable to accomplish this task due to their present workload and insufficient contracting manpower constraints. Both AED and Gulf Region District requested that NAP accomplish the follow-on contract action. The services under this contract include: fixed labor rates for electrical services and materials to support these services, mobilization/demobilization costs, fuel and meetings/conferences. Many of the military base commands are in need of electricity for critical installation support facilities in support military operations. The resulting contract will be a single, firm fixed price, indefinite-delivery type contract. An award will be made to the offerer that represents the best value to the government. The government reserves the right to make award with or without discussions. The SSP (Source Selection Plan) defined best value to be the offerers that would be most advantageous to the Government on the basis of the following factors: Technical Capability, Performance Risk, Past Performance and Price. The technical factors, when combined, are equal. The technical factors are more important than price. However, price remains a significant factor. Prices will be evaluated utilizing a pricing matrix. Two sample task orders will be included in the solicitation for evaluation purposes. One sample task order will represent a conflict environment and the second sample task order will represent a disaster response mission. All of these task orders are representative of typical situations that a contractor may be called upon to respond under this contract. In order to be eligible for award, prices must be submitted on all line items. Failure to submit a price on all line items may cause rejection of the offer. The procurement is being conducted as a best value acquisition under Part 15 of the Federal Acquisition Regulations. Proposals will be evaluated for completeness in satisfying the requirements of the RFP. 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 Standard Industrial Code (SIC) is 4911, Electric Services (other electric power generation). The solicitation will be issued on, or about, 15 April 2010 with proposals due by 14 May 2010. Solicitation documents will only be available via the web, hard copies will not be available. Faxed or emailed proposals will not be accepted. The government will award a contract resulting from the solicitation to the responsible offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specs should be made via FBO Internet homepage. Hardcopies will not be available. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 or more are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following Internet web site: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration (CCR) system at http://www.ccr.gov. Information on getting registered may be obtained by phoning 1-888-227-2423 or on the website. Written and faxed proposals will NOT be accepted. Offers shall be delivered to the US. Army Corps of Engineers, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390 ATTN: Ms. Karyn D. Price. All contractors are required to be registered in the DOD Central Contract Register (CCR) before award as required by DFARS 204.7300. This procurement is unrestricted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0022/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN02112459-W 20100407/100405234537-822cea2aa5837d2676b856c601ef9e89 (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 |