SOURCES SOUGHT
Y -- Power Construction MATOC Sources Sought
- Notice Date
- 12/17/2015
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- Power-MATOC-Sources-Sought
- Archive Date
- 1/23/2016
- Point of Contact
- Justin Chung, Phone: 2156566773, Karyn D Price, Phone: 215-656-6924
- E-Mail Address
-
justin.chung@usace.army.mil, karyn.d.price@usace.army.mil
(justin.chung@usace.army.mil, karyn.d.price@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Philadelphia District is seeking information from potential sources to provide power support for contingency and enduring requirements of the United States Government (USG); USG Coalition Forces/Organizations; and Host-Nation Governments/Forces/Organizations within the United States Central Command (CENTCOM) Area of Responsibility (AOR). The Contractor shall be prepared to assess power needs, provide technical assistance, provide training, provide quality assurance, prepare, transport, furnish, install, operate, perform preventive maintenance, emergency maintenance, scheduled maintenance, accomplish fueling, and relocate and recover all makes and models of generators with various gasoline and diesel powered engines and associated fuel systems, including the installation and maintenance of transmission and distribution of electrical and lighting systems. This MATOC may be utilized for emergency response power support as determined by the Contracting Officer. For construction, the contractor shall provide single source responsibility for power construction activities to include low, medium, and high voltage. Construction activities may include site preparation, furnishing, installing, making electrical connections, and constructing power generation equipment to include power plants, power distribution, and power transmission. For services, the contractor shall provide single source responsibility for power services to include low, medium, and high voltage. Power services may include assessing power needs, providing technical assistance, training, and quality assurance, operating, conducting preventive maintenance, emergency maintenance, and scheduled maintenance, fueling, relocating and recovering engine-generator sets and associated fuel systems, including the maintenance for transmission and distribution of electrical and lighting systems. Incidental construction may be necessary. Incidental construction is defined as long term capital improvements made to the Government's facility or property that ultimately become Government property (not demobilized or abandoned in place for convenience) and have direct usable value to the Government upon completion of the contract. Incidental construction is considered within scope of power services and may include, but is not limited to, extension of distribution, trenching, construction of overhead utility poles, connections to transformers, construction of light poles and fixtures, and site grading. Such support may be performed on either individual CFE (Contractor Furnished Equipment) of varying sizes per bid schedule or GFE (Government Furnished Equipment) of varying sizes; however, it is anticipated that all generators will be purchased and therefore considered GFE. The Contractor shall be responsible for providing all labor, transportation, equipment and supervision and required internal logistical support to perform power services. The Government intends to purchase electrical supplies from the contractor. On request, the contractor shall supply the Government with electrical supplies exclusive of the supplies needed in the construction, service, or incidental construction aspects of this prospective contract. The contractor shall be responsible in procuring and delivering these electrical supplies to their desired locations at a task order level. The total contract ceiling is estimated at $249M. The purpose of this sources sought is to conduct market research and encourage responses from all qualified large and small business sources (small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, woman-owned small business, EDWOSB concern, or WOSB concern) capable of providing the support for this effort. This announcement is for market research and does not constitute a Request for Proposal (RFP). The Government intends for the ordering period for the Power Services MATOC to consist of one (1) one-year base period and four (4) one-year option periods. The option will be exercised for those contractors who have performed successfully on task orders. The period of performance/performance dates for the task order will be determined at the individual task order level. The Government intends to use a combination of source selection approaches in order to obtain best value, including both tradeoff and lowest price technically acceptable (LPTA) approaches at the task order level. It is the Government's intent that firm-fixed price task orders be issued under the Power Services MATOC. For this sources sought notice, the NAICS code 237130 is applicable. The size standards is $36,500,000.00 DISCLAIMER: This sources sought is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This sources sought is for information, planning, and market research analysis only; therefore, it is not to be construed as a commitment by the Government to procure at this time. This sources sought is not a formal solicitation nor is it a request for proposals (RFP). Any formal solicitation will be announced separately. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to the sources sought. All information received in response to this sources sought notice that is marked proprietary will be handled accordingly. Responses to the sources sought will not be returned. In accordance with (IAW) FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this sources sought. Response to this RFI from industry is strictly voluntary. Please be advised that in order to be eligible for contract award with USACE, your company must be registered in the System for Award Management (SAM) database per FAR 4.605. It is recommended that you take the necessary steps now to ensure that your company is registered in this system by going to https://sam.gov RESPONSE FORMAT The Government requests that your firm describe recent (within 2 years), relevant, and successful contracts that accurately represent the technical, operational, and management capabilities applicable to this effort. Responses to the subject areas below by letter designation are requested to assist in assessing the depth and range of businesses with the interest, requisite skills and past performance to meet the requirements and perform work. A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code 3. DUNS 4. Contract number(s) 5. Dates of contract performance 6. Socioeconomic designation B. Provide a short Executive Summary of your company's prime area of business, capabilities, and qualifications (no more than one page at 12 pitch font). C. Provide a brief description of recent and relevant experience on contracts performed within the last 5 years. The description shall include contract number, a brief description, dollar value, complexity, and the customer's name, e-mail address and phone number. D. Provide the name, position, address and phone number of your firm's central point of contact for the submitted information in the event clarification of your firm's capabilities is warranted. E. The response to this notice should not exceed ten (10) pages total at 12 point font. Place of Performance: CENTCOM AOR Contracting Office Address: USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg. (RM 643), Philadelphia, PA 19107-3390 Responses to this sources sought must be unclassified. Interested sources possessing the capability of meeting all of the requirements or any parts of the requirements and conditions outlined above must so indicate by responding via email to Point of Contacts (POCs) identified herein. All submissions must include full company names, Point of Contacts (POCs) to include, name, position, office and mobile telephone numbers and email address. All interested sources are encouraged to respond to this sources sought by providing the requested information noted above no later than (NLT) Close of Business 08 January 2016. All proprietary and restricted information shall be clearly marked accordingly. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed via email to all the above POCs. All responses and inquiries pertaining to this announcement shall be forwarded via email to all of the following POCs: Chantay Lynch; chantay.n.lynch@usace.army.mil; 215-656-6869 Karyn Price; Karyn.d.price@usace.army.mil; 215-656-6924 Justin Chung; justin.chung@usace.army.mil; 215-656-6773
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/Power-MATOC-Sources-Sought/listing.html)
- Record
- SN03972096-W 20151219/151217234640-ac7ce38cb2baeedc1bc42d12ac016403 (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 |