SOURCES SOUGHT
J -- Advanced Contract Initiative (ACI) for Emergency Power Contracts
- Notice Date
- 12/22/2016
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
- ZIP Code
- 15222-4186
- Solicitation Number
- W911WN-17-SS-3001
- Archive Date
- 1/25/2017
- Point of Contact
- Matthew W. Reed, Phone: 4123957157
- E-Mail Address
-
matthew.w.reed@usace.army.mil
(matthew.w.reed@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Pittsburgh District of the U.S. Army Corps of Engineers (USACE) seeks sources, both large and small, that are interested in participating in the Advanced Contract Initiative (ACI) for Emergency Power contracts, which entail nationwide coverage (contiguous 48 states), as well as Alaska, Hawaii, Guam, the Virgin Islands, American Somoa, NMI, and Puerto Rico. USACE uses the ACI for Emergency Power to fulfill its mandate to support the Federal Emergency Management Agency (FEMA) during Disaster Declarations. There are three disaster declarations that provide funding and federal support to states and territories of the U.S. These include Pre Declaration, Emergency Declaration, and Post Declaration - Mission Assignment. Additional Information regarding declarations can be reviewed at the National Response Framework. www.FEMA.gov. The ACI for Emergency Power entails a contractor to perform services in the following areas: assessing power requirements, installing government provided and leased diesel powered emergency generators, fueling, operating, and maintaining and repairing generators at critical public facilities. Critical facilities are defined as facilities that provide lifesaving (hospitals, medical centers, 911 centers, police and fire stations), life sustaining (water and sewage infrastructure, assisted living centers, shelters, and meal centers), and other facilities as requested by the state or territory in need of disaster relief. Historically, the majority of locations are on publicly owned property, belonging to federal, state, or local municipalities. The contractor must be able to have its full complement of resources, personnel, and equipment on site within 24 hours (or less in most instances) of receiving a mission assignment. Deployment Configuration Descriptions are as follows: Type VI: Capable of Installing 5-10 generators per day; Anticipates having to install 40 generators of less than 800 KW. Type III: Capable of installing 20-25 generators per day; Anticipates having to install 100-175 generators of up to 2 MW. Type II: Capable of installing 30-35 generators per day; Anticipates having to install >200 generators with many "high end" generators. The link below provides a number of short videos. The video entitled "Temporary Emergency Power Mission Overview" provides useful insight regarding the requirements of this contract and the overall mission. www.youtube.com/user/RSCUSACE There are currently four contracts in place that cover four Geographical Areas (Contract I - Regions I, II, and III; Contract II - Regions IV and V; Contract III - Regions VI, VII, and VIII; and Contract IV - Regions IX, X, and specified OCONUS areas). The NAICS Code for this contract will be 238210, Electrical Contractors and Other Wiring Installation Contractors and the size standard is $15.0M. Interested parties should identify their business size in their submissions. Interested parties must provide their capability to perform a contract of this magnitude and complexity. If you are interested in being a Prime Contractor, please indicate which FEMA Geographical Region(s) you would be interested in. Please provide three examples of comparable work performed within the last five years, to include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the projects. Interested parties must show their ability to provide the required services. If you are interested in being a Subcontractor, please indicate which FEMA Geographical Reqion(s) you would be interested in and what your specialty will be as part of the contract support. Please provide three examples of your specialized experience performed within the last five years, to include a brief description of the project, customer name, and dollar value of the projects. Interested parties must show their ability to provide the specialized service indicated. Please note that this is a market survey for informational purposes only and is not a Request for Proposals (RFP). There is no solicitation document available; no contract will be awarded based on this announcement; no reimbursement will be made for costs associated with responding to this announcement; and no telephone calls about this announcement will be accepted or acknowledged. All responses must be submitted to matthew.w.reed@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN-17-SS-3001/listing.html)
- Place of Performance
- Address: Regions I - X and specified OCONUS areas, United States
- Record
- SN04359183-W 20161224/161222235016-c4860ce775e3bf54d8aea1624381c934 (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 |