MODIFICATION
E -- Tactical Energy Efficient Shelters
- Notice Date
- 8/31/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN12R0070
- Response Due
- 9/17/2012
- Archive Date
- 11/16/2012
- Point of Contact
- Anthony Mauriello, 609 561 1763
- E-Mail Address
-
ACC - New Jersey
(anthony.o.mauriello.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Army Contracting Command - New Jersey on behalf of US Army Logistics Innovation Agency (US ALIA) intends to issue a Request for Proposal (RFP) for the procurement of one-story and two-story energy efficient shelters for the Kuwait Energy Efficiency Project (KEEP) at Camp Buehring, Kuwait. The requirement includes approximately 5 one-story shelters and 260 two-story shelters. The Government intends to fulfill this requirement as a 100% small business set-aside via a two year Firm Fixed Price, Indefinite Delivery, Indefinite Quantity single award contract under Solicitation W15QKN-12-R-0070. This acquisition will be conducted by competitive negotiation pursuant to FAR Part 15 utilizing best value procedures. This effort is to combine existing commercial-off-the-shelf (COTS) technologies into an integrated solution for shelter efficiency and supplemental power generation. The project is for the replacement of soft walled shelters with highly insulated rigid walled shelters that are soldier erectable, re-deployable, equipped with energy efficient ECUs, and LED lighting combined with other improvements. This requirement is expected to produce many benefits, including but not limited to: Improved efficiency Substantial reductions in fuel/energy consumption Reduction in fuel transportation frequency Reduction of operation and maintenance costs Reduction of Capital Investment for Lease/Purchase of replacement generators Integration of renewable power sources Increased operational flexibility Improved quality of life using quieter, less permeable structures Improved environmental sustainability An opportunity for the Army to collect before and after load profile data to help inform future planning and decision making. No reimbursement will be made for any costs associated with providing information in response to this announcement. All contractors who provide goods/services to the Department of Defense must be registered in the System for Award Management (SAM). If you are not registered in SAM, you cannot be awarded a DOD Contract. The internet site for registering in SAM is https://www.sam.gov/portal/public/SAM/. This pre-solicitation notice will be issued electronically in accordance with FAR 4.5, 5.102 and 15.201; therefore, hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: https://acquisition.army.mil/asfi and http://www.FedBizOpps.gov. NOTE: This pre-solicitation notice will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation to maintain a bidder's mailing list. Therefore, interested parties should periodically access https://acquisition.army.mil/asfi in order to obtain any amendments which may be issued. Failure to respond to an amendment prior to the date and time set for receipt of proposals may render your proposal unacceptable. All questions pertaining to this pre-solicitation notice shall be addressed to the Contracting Officer, Grace Battle, grace.a.battle.civ@mail.mil and the Contract Specialist, Anthony Mauriello, anthony.o.mauriello.civ@mail.mil as will be specified in the solicitation. All questions regarding this synopsis must be submitted in writing via email with reference to the solicitation number. Telephone inquiries will not be accepted. Government responses to questions will be posted at www.fbo.gov for review by all Offerors. Therefore, questions/comments shall not be marked with a restrictive legend and shall not include proprietary information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/19cdd19f6eff7b2b60977aaa8bdd7ade)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN02864489-W 20120902/120831235910-19cdd19f6eff7b2b60977aaa8bdd7ade (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 |