Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2014 FBO #4513
MODIFICATION

Y -- Smart Power Infrastructure Demonstration for Energy Reliability and Security (SPIDERS) Phase 3, Camp H.M. Smith, Hawaii - Solicitation 1

Notice Date
4/1/2014
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-14-R-0004
 
Response Due
5/20/2014 11:59:00 PM
 
Archive Date
7/18/2014
 
Point of Contact
Emily M. Giardino, Phone: 2156563202
 
E-Mail Address
emily.m.giardino@usace.army.mil
(emily.m.giardino@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract work is for construction associated with the installation and testing of the SPIDERS Phase 3 microgrid project. This project is the third and final phase of the SPIDERS Joint Capability Technology Demonstration (JCTD); a joint effort between the U.S. Department of Defense (DOD), the U.S. Department of Energy (DOE), and the Department of Homeland Security (DHS) to implement scalable, cyber-secure smart microgrid solutions to enhance continuity of operations at DOD bases in the face of electrical power disruptions. Base bid work includes, but is not limited to, the following: (1) Furnish and install new power generation (diesel generators) and distribution equipment and infrastructure which will interface with existing generation and power distribution to create a microgrid. (2) Take receipt, install and support testing of additional generation and control system components. (3) Install new, medium voltage distribution cabling and fiber optic and copper control cabling for the microgrid SCADA network and fuel storage and piping for generator operation. (4) Support overall system testing and commissioning as defined in the design documents. (5) Significant site work including grading, retaining walls, concrete equipment slab installation, fuel truck delivery access, and power and communications duct bank and manhole installation. Option work includes work and construction in connection with furnishing and installing the following: (1) Option 1 - Generator G73A-03; (2) Option 2 - Fuel tank TK 73-1; (3) Option 3 - Two tie-breakers in switchgear R-73; (4) Option 4 - Switch S73A, transformer T73A-01, and associated 5000 AF breaker and LS5 in switchgear R-73; (5) Option 5 - Concrete paving surrounding electrical equipment pads and generator tank equipment pads; (6) Option 6 - Chain link fencing and double-swing gates; and (7) Option 7 - Two spare conduits along with 4-inch conduit for communications. This acquisition will utilize the best value source selection process with the intent to award one contract to one responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable (LPTA). The evaluation factors are: Factor 1 - Technical Approach, Factor 2 - Specialized Experience, Factor 3 - Schedule, Factor 4 - Past Performance, and Factor 5 - Price. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and is the lowest price technically acceptable. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 237130. Estimated cost range of the project is $5,000,000.00 to $10,000,000.00. The expected period of performance is 270 calendar days. Issue date for the Request for Proposals is on or about April 01, 2014 with proposals due by 2:00 pm, local time, on or about May 20, 2014. Payment and performance bonds will be required for this procurement. Liquidated Damages will be specified. Award will be made as a whole to one offeror. This procurement is advertised as Unrestricted. An organized site visit is tentatively scheduled for 17 April 2014 at Camp H.M. Smith, HI. The POC for the Site Visit is TBD; further information regarding the site visit will be conveyed in the solicitation. Attendance is not mandatory, but is highly encouraged. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. It is the contractor's responsibility to monitor FBO for any amendments to this solicitation. All amendments to this solicitation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. Contractors are required to download the solicitation (including drawings) and all amendments. Solicitation documents, plans, and specifications will only be available to those who have completed the quote mark Access Request quote mark document, and have also requested explicit access to this solicitation via FBO. FIRMS INTERESTED IN GAINING ACCESS TO THIS SOLICITATION MUST COMPLETE THE ATTACHED quote mark ACCESS REQUEST quote mark DOCUMENT AND MUST SEND IT TO EMILY M. GIARDINO AT EMILY.M.GIARDINO@USACE.ARMY.MIL. THE REQUEST MUST BE COMPLETED FULLY TO BE AUTHORIZED ACCESS. Contractors who receive a federal contract of $100,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov) database as required by FAR 52.204-7, System for Award Management (JUL 2013).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-14-R-0004/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03325739-W 20140403/140401234823-4a091cdd258bf46ec9c7cb902aa688b2 (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.