Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
MODIFICATION

N -- Advanced Contract Initiative (ACI) Temporary Emergency Power (TEMP) - Amendment 3

Notice Date
5/8/2018
 
Notice Type
Modification/Amendment
 
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-18-R-3005
 
Response Due
4/17/2018 11:00:00 AM
 
Point of Contact
Matthew W. Reed, Phone: 4123957157, Carole M. Householder, Phone: 412-395-7274
 
E-Mail Address
matthew.w.reed@usace.army.mil, carole.householder@usace.army.mil
(matthew.w.reed@usace.army.mil, carole.householder@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 3 1. CONTRACT INFORMATION: The Pittsburgh District of the U.S. Army Corps of Engineers (USACE) will require contract service support for generator set activities in response to natural and man-made disasters, in the United States and its territories. USACE uses the Advanced Contract Initiative (ACI) for Emergency Power to fulfill its mandate to support the Federal Emergency Management Agency (FEMA) during Disaster Declarations. The contract type is a firm fixed price requirements contract with limited reimbursable items. The base contract period for each contract is anticipated to be a base period with four one-year option periods to extend the term of the contract. The total performance period of each contract, including options, is not expected to exceed five years. Four contracts will be awarded and will be broken down into the following geographical regions: 1) Quadrant I includes FEMA Regions I, II, and III (excluding Puerto Rico and the United States Virgin Islands (USVI)) with a contract value not to exceed $75,000,000; 2) Quadrant II includes FEMA Regions IV and V with a contract value not to exceed $75,000,000; 3) Quadrant III includes FEMA Regions VI, VII, and VIII with a contract value not to exceed $75,000,000; and 4) Quadrant IV includes FEMA Regions IX, X, Puerto Rico, and USVI with a contract value not to exceed $110,000,000. The anticipated solicitation date is estimated to be on or around 05 March 2018 with proposals due 30 days thereafter. Contractors may submit a proposal for any or all Quadrants. 2. CONTRACT REQUIREMENTS: The contractor shall be responsible to perform services in the following areas: assessing power requirements, installing government provided diesel powered emergency generators (sizes range from 5 KW up to 3 MW), fueling, operating, and maintaining and repairing generators at critical public facilities. Critical facilities are defined as facilities that provide life saving (i.e., hospitals, medical centers, 911 centers, police and fire stations), life sustaining (i.e., 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. The contractor must be able to have its full complement of resources, personnel, and equipment, on site within 21-24 hours after receiving a task order/mission assignment. 3. SELECTION: In accordance with FAR Part 15, the source selection method will be by the Best Value/Trade-off method. Prospective contractors will be required to submit a technical and price proposal. Award may be made to other than the lowest price offeror based on an evaluation of the proposals against the evaluation criteria that will be outlined in the Request for Proposal. In order to be considered for award, the contractor must be registered in the System for Award Management database; information regarding this registration can be located at www.sam.gov. This procurement will be conducted on an unrestricted basis; open to all businesses regardless of size. UPDATES RFP POSTED 3/16/2018 QUESTIONS PERIOD CLOSED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN-18-R-3005/listing.html)
 
Place of Performance
Address: FEMA Regions I - X including OCONUS Territories, United States
 
Record
SN04914527-W 20180510/180508231021-62535d5a6798cb4c55de51023017fbf2 (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.