SOLICITATION NOTICE
Y -- Dedicated Power Feeders, Metering, MV Switchgear and Lighting/Overhead Utility Relocation for the US Embassy, Asuncion, Paraguay
- Notice Date
- 1/9/2018
- Notice Type
- Presolicitation
- NAICS
- 221122
— Electric Power Distribution
- Contracting Office
- Department of State, Office of Acquisitions, Regional Procurement Support Office Frankfurt, Germany, American Consulate General Frankfurt, Giessenerstrasse 30, 60435, Frankfurt am Main, Non-U.S., Germany
- ZIP Code
- 00000
- Solicitation Number
- 19GE50-18-R-0003
- Archive Date
- 1/24/2018
- Point of Contact
- Graham S. Andrews, Phone: 00496975353307, Maureen MacDougall, Phone: 496975353335
- E-Mail Address
-
andrewsgs@state.gov, macdougallm@state.gov
(andrewsgs@state.gov, macdougallm@state.gov)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE Solicitation No: 19GE50-18-R-0003 The American Consulate General, Frankfurt provides the following Pre-Solicitation Notice regarding the issuance of a Request for Proposal (RFP) for: Dedicated Power Feeders, Metering, MV Switchgear and Lighting/Overhead Utility Relocation for the US Embassy, Asuncion, Paraguay The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Firm Fixed-Price Construction Type Contract during the first quarter of calendar year 2018. The successful contractor shall provide complete construction services, contract coordination, and supervision, including but not limited to the management and construction necessary to meet the requirements of this contract within the established timeframe. The work includes among other construction activities, the furnishing all labor, equipment, materials, and tools to develop the design documents, procure the materials, and obtain all required local permits for the installation of contractor's designed systems, coordinate with all other utilities owners and tenants along the feeders' and lighting routes, install, test, commission, and perform all work outlined in this Statement of Work, attached Administración Nacional de Electricidad (ANDE) specifications. The Scope of work includes: a. Provide all materials, equipment and install a new, dedicated primary medium voltage (MV), three-phase, underground power feeder (primary) to the new US Embassy compound. The primary feeder shall come from the ANDE Parque Caballero substation to the embassy Power Demarcation Room (PDR), thru strategically located manholes along the way and be connected to a manhole (to be built by the US contractor building the new US embassy compound) adjacent to the US compound, on Kennedy street. b. Provide and install 23kV switchgear within the PDR to include medium voltage switches, cables, metering and all other required equipment to provide power service to the embassy Power Demarcation Room (PDR). c. Power requirements for the US Embassy are expected to range from 2,000 kVA and not to exceed 6,000 kVA, at 23-kV, 50 hertz. The medium voltage feeder conductors shall be 3x1x240 aluminum isolated power wires. d. Provide and install MV Cables thru either (1) an underground, concrete-encased duct bank, or (2) a duct consisting of HDPE (PEAD) tubes for power conduits. The duct bank shall be installed not less than 1.5 meters below grade, from the Parque Caballero substation, to the contractor provided switchgear within the US Embassy PDR. A spare duct (for each cable) shall be provided with either option selected. Contractor shall install the MV cables and terminate them at the MV switchgear in the PDR. IMPORTANT: Contractors shall either already be in possession of pre-approval to undertake work on this project in the form of official approval/license from the Administración Nacional de Electricidad (ANDE), or work in conjunction with an approved company. In the case of the latter, the Prime Contractor must be in possession of an agreement with an approved contractor and submit a copy of the signed agreement with their proposal. The magnitude of this project is anticipated to be between $1,000,000.00 and $5,000,000.00 U.S. Dollars for the entire project. Companies interested in the solicitation should express their interest by written correspondence, no later than Tuesday January 23, 2017, to the following email addresses and MUST include the following information: Name of Firm, Name, Telephone, Email Address of Point of Contact and Complete Physical and Mailing Address of Firm DO NOT TELEPHONE. Email address: AndrewsGS@state.gov. Firms shall be knowledgeable in written and spoken English and Spanish. APPLICATION FOR SOLICITATION DOCUMENTATION CHECK LIST In applying for the solicitation material, you are acknowledging that your company is able to reach compliance with the following highlighted requirements included in the solicitation. In accordance with DOSAR 652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999), it will be necessary for your organization to possess authorization to operate and do business in the country in which this contract will be performed. Furthermore, authorization shall include the requirement to be registered to do business in Paraguay, and the obligation to be in possession of a Value Added tax registration number. Contractors shall be required to provide: a. A thorough description as to what steps you have taken to investigate all requirements to obtain authorization to perform in the given country, and to obtain in-country business registration; b. Details of your findings and a description of what your organization will actually be required to undertake to obtain licensing, registration and applying for a Value Added Tax registration number; and c. Specific information concerning the period of time you anticipate it will take to obtain appropriate authorization. You will be required to provide information that clearly shows you are able to perform work in Paraguay. Any entry or work visa issues requirements must be clearly discussed with a plan to mitigate any risk clearly identified. Irrevocable Letters of Credit (ILOC): The successful contractor will be required to provide the government with surety in the form of Irrevocable Letters of Credits totaling 40% of the value of the contract. If you have a Duns number* and have been SAM** registered, please include below. Please note that the requirement to obtain a Duns number and for your company to be SAM registered, will be a mandatory requirement upon contract award. Duns number:_______________________ SAM Registered: ( ) Yes ( ) No * Dunn and Bradstreet: www.dnb.com/get-a-duns-number.html ** System for Award Management: SAM.gov The failure to provide the above documentation when submitting your proposal may result in your proposal being found technically unacceptable and removed from the competition without further discussions. Solicitation and award will be subject to the laws and regulations of the United States of America. This requirement is being competed utilizing full and open competition procedures. The Contract Specialist for the administration of this contract is Mr. Graham Andrews, Tel. +49 69 7535 3307, email AndrewsGS@state.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9fb5aa4664dada40bf6231c29bd99c22)
- Place of Performance
- Address: Asuncion, Parguay, Asuncion, Paraguay
- Record
- SN04785700-W 20180111/180109231828-9fb5aa4664dada40bf6231c29bd99c22 (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 |