Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2018 FBO #6006
SOLICITATION NOTICE

Y -- Post-Wide Exterior LED Lighting at Fort Drum, NY

Notice Date
5/2/2018
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS18R0011
 
Archive Date
6/29/2018
 
Point of Contact
Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
Nicholas.P.Emanuel@usace.army.mil
(Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) intends to issue a 1 Step Best Value - Lowest Price Technically Acceptable Request for Proposal (RFP) for the construction of Post-Wide Exterior LED Lighting at Fort Drum, NY. The work includes installing approximately 3,077 new light emitting diode exterior lighting (with motion sensor controls) and remove existing twenty-year old high pressure sodium (HPS) vapor parking lot, street, and building light fixtures. The LED fixtures will reduce the electricity by up to 80%, reduce maintenance costs, and improve light quality. Existing HPS lighting is 20+ years old. The yellow light from the HPS is of very poor quality. Relamping is required every 5 years. Energy is being wasted while poor quality of light is continued to be provided. The LED lighting provides for a better quality white light then HPS. The LED light is rated for 100,000 hours of life or five times the lamp life of HPS. The fixtures will last 22 years before requiring replacement. The solicitation will be a 1 step best value trade-off solicitation. The proposed evaluation factors include: Past Experience, Past Performance and Price. This procurement is being solicited as Service-Disabled Veteran-Owned Small Business Set Aside. The contract will be awarded using the Best Value - Lowest Price Technically Acceptable evaluation method. The North American Industry Classification System (NAICS) code is 238210. The magnitude of construction for this project is $1,000,000.00 to $5,000,000.00. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Contract Performance Assessment Reporting System (CPARS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CPARS is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: TBD, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8182 E-mail: TBD and Monica.C.Chahary@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18R0011/listing.html)
 
Record
SN04907680-W 20180504/180502230901-ba3cf5ff7617a7f0a7577c2830d1a4fd (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.