Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
DOCUMENT

Y -- FY15 P-101 and FY17 P-102 ECIP PROJECTS, SOLAR PHOTOVOLTAIC ARRAY, U.S. NAVY SUPPORT FACILITY, DIEGO GARIA, BRITISH INDIAN OCEAN TERRITORIES (BIOT) - Attachment

Notice Date
7/24/2018
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274218R1317
 
Response Due
8/7/2018
 
Archive Date
8/22/2018
 
Point of Contact
Leslie Takayama-Ho 808-471-3416
 
Small Business Set-Aside
N/A
 
Description
This procurement is restricted to joint ventures with a minimum of one company each from the United States (U.S.) and the United Kingdom (U.K.) of Great Britain and no other countries. This project consolidates projects P-101 and P-102, which will construct (design-bid-build) a 3 MW Photovoltaic (PV) Electrical Generation System and the supporting electrical distribution system upgrades required to interconnect the PV Array with the existing Navy Support Facility (NSF) Diego Garcia electrical grid at NSF Diego Garcia, BIOT. The PV panels will be ground-mounted in an open area (former site of Skeet Range) in the proximity of Bldg. 368. The system consists of photovoltaic modules, including 320-watt solar PV panels, pole-mounted frames, grounding, low voltage disconnects, DC circuit breakers, DC to AC inverters, transformers, underground concrete encased PVC conduits and copper transmission cables. The concrete encased transmission cables will interconnect the PV array with the existing Diego Garcia electrical utility generation/distribution system. The project will also include site preparation, fencing, perimeter lighting and a ground cover system comprised of crushed gravel on a geotextile fabric for weed control. THERE WILL BE A ONE-TIME SITE VISIT ON 21 September 2018. Personnel that are interested in attending the pre-proposal site visit must complete the following mandatory pre-travel training. (1)Level 1 Antiterrorism Force Protection (ATFP) Awareness Training. This training must be completed within 12 months of travel: Search Course #JS-US007-14 at https://jkodirect.jten.mil/Atlas2/faces/page/login/Login.seam (2)Survival, Evasion, Resistance, and Escape (SERE) 100.1 Training. This training must be completed within 36 months of travel. Search Course #J3TA-US1282 at https://jkodirect.jten.mil/Atlas2/faces/page/login/Login.seam (3)Isolated Personnel Report (ISOPREP): Form is posted with this synopsis. (For Section 9, please provide on a separate word document). (4)Area of Operations Location Specific Brief: This section covers your unclassified AOR Location Specific Brief in a 6-step consistent format. This brief must be received within 90 days of travel. It is recommended that at a minimum you print out and keep with you the Country Specific Information document and any Travel Warnings, Travel Alerts, and Warden Messages for your destination(s): http://travel.state.gov/travel/cis_pa_tw/cis/cis_4965.html For new users accessing JKO, click Non-Government Personnel/Sponsored Account Registration to request a new account. Fill in the required applicant and sponsor information and a system generated email will be sent to the sponsor to validate the request. To obtain the sponsor ™s contact information, send a request to Ms. Leslie Takayama-Ho at leslie.takayama-ho@navy.mil. For individuals that have previously accessed JKO, log-in JKO using your username and password. Individuals that are interested in attending the pre-proposal site visit shall submit the following information to Ms. Leslie Takayama-Ho at leslie.takayama-ho@navy.mil no later than 10 August 2018: (1) Site Visit Form (posted with this synopsis); (2) Certificate of completion for the ATFP training; (3) Certificate of completion for SERE training; (4) ISOPREP form (for Section 9, please attach separate word document). (Email containing the ISOPREP form must be password protected. Password must be provided via separate email to leslie.takayama-ho@navy.mil, otherwise form must be mailed); (5)Aircraft and Personnel Automated Clearance System “ APACS (Form is posted with this Synopsis); and (6) A statement that AOR Location Specific Brief has been read and is understood. Estimated range is from $25,000,000 to $50,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237130 AND AVERAGE ANNUAL RECEIPTS IS $36.5 MILLION OVER THE PAST THREE YEARS. The contract completion period is anticipated to be 730 calendar days. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The technical evaluation factors are anticipated to be as follows: (1) Experience; (2) Past Performance; and (3) Safety. The Request for Proposal (RFP) will be available on or about 07 August 2018. Hard copies containing the RFP will not be issued. The RFP, excluding the drawings, will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil. The RFP, including the drawings can accessed at the following direct link https://www.fbo.gov/fedteds/TDPN6274218R1317 after the RFP is issued. Printed copies of the RFP will not be issued. Contractors must register at the Federal Business Opportunities (FBO) website https://www.fbo.gov to obtain access to the project. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request explicit access to the solicitation. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the project. Approval will not be granted until receipt of the executed non-disclosure form. Amendments will normally be posted to the website https://www.neco.navy.mil. If the amendment contains drawings, the amendment, excluding the drawings, will be posted to https://www.neco.navy.mil. If the amendment contains drawings, the drawings can be accessed at the following direct link https://www.fbo.gov/fedteds/TDPN6274218R1317. It is highly recommended that firms register on the NECO and on the FBO website as this will be the only plan holder ™s list available. It is the offeror ™s responsibility to check the NECO and FBO website periodically for any amendments to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274218R1317/listing.html)
 
Document(s)
Attachment
 
File Name: N6274218R1317_Attach_1_-_Site_Visit_Form.pdf (https://www.neco.navy.mil/synopsis_file/N6274218R1317_Attach_1_-_Site_Visit_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274218R1317_Attach_1_-_Site_Visit_Form.pdf

 
File Name: N6274218R1317_Attach_2_-_ISOPREP_Worksheet_dd1833t.pdf (https://www.neco.navy.mil/synopsis_file/N6274218R1317_Attach_2_-_ISOPREP_Worksheet_dd1833t.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274218R1317_Attach_2_-_ISOPREP_Worksheet_dd1833t.pdf

 
File Name: N6274218R1317_Attach_3_-_APACS_Request_Rev_19OCT15.pdf (https://www.neco.navy.mil/synopsis_file/N6274218R1317_Attach_3_-_APACS_Request_Rev_19OCT15.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274218R1317_Attach_3_-_APACS_Request_Rev_19OCT15.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05003994-W 20180726/180724230748-e2f5c3cf22098bb94d1bf20a35409ef5 (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.