Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
MODIFICATION

Y -- Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside IDIQ SATOC for Construction of Renewable Energy, Energy Conservation & Mechanical/Electrical Projects in the Southwestern Division of the USACE. (“SDVOSB Energy SATOC”)

Notice Date
2/29/2012
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-12-R-0031
 
Point of Contact
Pamela S. Moody, Phone: 9186697457
 
E-Mail Address
pamela.s.moody@usace.army.mil
(pamela.s.moody@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The formal title of this project is: Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside Independent Delivery Independent Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Construction of Renewable Energy, Energy Conservation & Mechanical/Electrical Projects in the Southwestern Division of the USACE. ("SDVOSB Energy SATOC") The purpose of this notice is to provide details of this upcoming requirement to prospective offerors prior to advertisement of the package. This project was previously posted in Jan 2012 as Sources Sought W912BV-SS(EnergySATOC). Requirement: The SDVOSB Energy SATOC (W912BV-12-R-0031) may include renewable energy projects utilizing all types of technology including, but not limited to, solar photo voltaic arrays (both ground and roof mounted); 1KW to 50 KW wind turbines; ground source heat pumps; geothermal; Heating, Ventilating, Air Conditioning (HVAC) systems with associated controls; pump repair/replacement (all types, from small sump pumps to large flood control pumps); valve replacement; electric motors; variable frequency drives; motor soft start systems; switchgear; and wiring. Location of projects could be anywhere in the USACE Southwestern Division area of responsibility, which includes all of Oklahoma, Texas, Arkansas; and portions of Kansas, Missouri, Louisiana, and New Mexico. The Offerors/Contractors must have the resources to work on multiple projects at multiple locations simultaneously. Experience with renewable energy technologies, mechanical, and electrical projects is required. Most projects will be Design-Build type projects with the Contractor responsible for the design of the entire project. A geotechnical investigation or geothermal well test boreholes may be required to be used as a basis for design. The SDVOSB Energy SATOC will be a five year firm-fixed-price contract (base year plus four option years). The aggregate capacity will be $25M with a Single Per Task Order capacity of $5M. It is to be used primarily for Tulsa District customers, but may encompass work in other states covered by the geographic region included in the SWD Boundaries and other SWD customers. The Government intends to award this SDVOSB Energy SATOC through FAR Part 15 One-Step-Best Value Design-Build (Single Award) Source Selection based upon proposals submitted for the below Seed Task Order. All evaluation factors, other than price, when combined, will be considered more important than the price. SEED TASK ORDER: Install Wind Turbines - Council Grove Lake, KS; John Redmond Lake, KS; and Canton Lake, OK. The required work includes installing a small, 2200-2500 Watt capacity wind turbine at each Project Office at the following locations: Council Grove Lake, KS; John Redmond Lake, KS; and Canton Lake, OK. The wind turbines shall be pole-mounted, securely anchored with bolts to a concrete pad, and shall connect to the utility power system through an inverter and net meter in accordance with the most recent edition of NFPA 70, National Electric Code. All underground electrical shall be buried to a minimum depth of 18" in schedule 80 PVC sized per the NEC. Conduits shall transition to rigid galvanized steel where exposed. Any exterior enclosures shall be NEMA 3R rated. Any anchors shall be installed in concrete. The contractor shall propose the optimum location and height for the wind turbines in accordance with manufacturer's recommendations, coordinate with project office personnel, and proceed with installation after receiving approval from the Contracting Officer. It is anticipated that the package will be posted here on FBO NLT 12 Mar 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-12-R-0031/listing.html)
 
Place of Performance
Address: Primiarily Tulsa District customers., Tulsa, Oklahoma, United States
 
Record
SN02685797-W 20120302/120229234922-a3c9dadb628c0237517cb5e585f2890e (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 |
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.