Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2018 FBO #6190
SOLICITATION NOTICE

Z -- ERCIP Install Combined Heat and Power System

Notice Date
11/2/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ19R4004
 
Archive Date
1/1/2019
 
Point of Contact
Carol W. Hodges, Phone: 8163893732, Carol W. Hodges, Phone: 8163893732
 
E-Mail Address
carol.w.hodges@usace.army.mil, carol.w.hodges@usace.army.mil
(carol.w.hodges@usace.army.mil, carol.w.hodges@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District NWK, intends to issue a Design-Bid-Build Request for Proposal (RFP) for the Installation of the Combined Heat and Power (CHP) System at Ft. Leonard Wood, MO. The solicitation will be posted on an unrestricted basis and both small and large businesses are eligible to respond. The solicitation will be available on or about November 16, 2018. The General Scope of Work: To install a 2.5 MW natural gas driven reciprocating engine/combined heat and power (CHP) system and all associated pumps, controls, interconnect fees, and civil/mechanical/electrical upgrades to the Specker Boiler Plant (building 2369). The CHP will produce electricity that will feed directly into Fort Leonard Wood's (FLW) local electrical grid (operated by Laclede Electric) and the stack gas waste heat generated by the CHP will be used to provide heat for the high temp hot water distribution network serving approximately 45 buildings. The generator/CHP will run year-round (aside from regular maintenance), providing baseload heat for the 45 buildings connected to the heating distribution network. The project is located at Ft. Leonard Wood, Missouri The estimated magnitude of this project is between $5,000,000 and $10,000,000. The NAICS Code for this procurement is 236220. Small Business Size Standard: 36.5 Million. A Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. This solicitation will be issued as a Single Phase Request for Proposal (RFP) which will result in the award of a single Firm Fixed Price (FFP) contract. If a large business is selected, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal, but will be required with the proposal of the firm selected for award. HOW TO OBTAIN A COPY OF THE SOLICITATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. System for Award Management (SAM): In August 2012, the General Services Administration (GSA) moved ORCA and CCR into SAM (https://www.sam.gov/sam/). If you were registered in CCR, your company's information is already in SAM. You just need to set up a SAM account. See this link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf **SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number is now required within 30 days of activation for both NEW SAM.gov entity registrations and EXISTING entity updates or renewals. Failure to do so within 30 days of activation may result in the registration no longer being active. The notarized letters MUST BE POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and must contain the information outlined in the "instructions for domestic entities" or "instructions for international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update. Templates for appointing an Entity Administrator are included within the respective instructions. *POC for this matter is Carol Hodges at 816-389-3732 or email carol.w.hodges@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ19R4004/listing.html)
 
Place of Performance
Address: Ft. Leonard Wood Army Base, Ft. Leonard Wood, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN05142266-W 20181104/181102230527-648e185aefee40267f82a0b43bda2d7f (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.