Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2020 SAM #6778
SOLICITATION NOTICE

N -- Critical Power Systems

Notice Date
6/18/2020 5:43:34 PM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NAVAL FACILITIES ENGINEERING AND PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
N39430-20-R-2230
 
Response Due
7/9/2020 12:00:00 PM
 
Archive Date
11/30/2020
 
Point of Contact
Maria C. Nailat, Phone: 8059821961, Samantha Yew
 
E-Mail Address
maria.nailat@navy.mil, samantha.yew@navy.mil
(maria.nailat@navy.mil, samantha.yew@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Facilities (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC) Port Hueneme, intends to issue a Request for Proposal (RFP) under the solicitation number N3943020R2230 for a Multiple Award Contract for Critical Power System at various location worldwide. The closing date for receipt of proposal will be indicated on the solicitation. This acquisition will be solicited as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) is 238210 with a small business size standard of $16.5 million. The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) Multiple Award Contract (MAC). The maximum value of all of the orders that may be place during all of the ordering periods under all of the contracts awarded hereunder is $90,000,000. The minimum guaranteed amount is $10,000 to each contractor for the life of the contract. The purpose of the Critical Power Systems MAC is services to include design, equipment purchase, installation, renovation, integration, replacement, alterations, technology refresh, troubleshooting, assessments, inspections, testing, technical documentation, maintenance and repair of critical power systems, loads, and supporting facilities at various worldwide location. Other services include quality control, safety, logistical support, scheduling, preparing project technical reports, progress reports, drawings, and permit documentation. Critical Power Sytems include, diesel generators, uninterruptable power supplies, transformers, switchgear, protective circuits, power distribution, industrial control systems, supporting structures, and associated facility electrical and environmental systems. Task categories includes, procurement of equipment, design, installation of equipment, troubleshooting, assessment, and inspection of critical power systems, arc flash, load flow analysis, coordinate studies, maintenance repair upgrades, system integration, and training. The work meets the definition of construction in FAR section 2.101. The Government anticipates award to approximately�five (5) IDIQ contracts under the MAC. The task orders will be FFP with values ranging from $10,000 to $10,000,000. Task Orders under this IDIQ MAC will be solicited using a fair opportunities to all awardees, except for circumstances stated in the solicitation. The contractor will have an ordering period of ninety-six (96) months and will include an extension of services period of no more than six (6) months, for a maximum contract ordering period of one-hundred two (102) months. This contract will replace the previous contract for similar services awarded on 09 December 2015. The previous Critical Power was a FFP and included a base year and four (4) option years with a cumulative not to exceed amount of $90,000,000. The ordering period for the fourth and final option years ended 08 December 2020. Information about previous contract and the awardees (e.g., value of the contracts, firm names and addresses, etc.) will be included in the solicitation package. The solicitation will utilize the source selection procedures in accordance with FAR part 15 (Best Value/Tradeoff process), which requires offerors to submit a Technical Approach, Management Approach, Safety, Past Performance, and Price. When issued, the solicitation and attachments will be available via the Internet World Wide Web at https://beta.sam.gov/ under Contract Opportunities pre-solicitation notice N3943020R2230. There will be no paper copies of the solicitation issued. Amendments will be posted on the Beta.Sam Contract Opportunities website. This will be the only method of distribution; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Offerors must be registered in System for Award Management (SAM) at https://beta.sam.gov/ in order to receive an award under this procurement. All questions concerning this solicitation shall be addressed to Contract Specialist Deanna Buckley via Email at deanna.buckley@navy.mil; Secondary Point of Contact is Contract Specialist Samantha Yew via Email at samantha.yew@navy.mil. Questions and Answers list will be posted via amendment to the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/25e9b818395e40ac90bba906b256416f/view)
 
Record
SN05695431-F 20200620/200618230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.