SOLICITATION NOTICE
S -- Power Construction and Services Support 237130
- Notice Date
- 7/30/2020 12:40:34 PM
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-20-R-0008
- Response Due
- 8/14/2020 1:00:00 PM
- Archive Date
- 08/29/2020
- Point of Contact
- Marvin A. Nunez, Phone: 2156566894, Jamaal A. Edwards, Phone: 2156563241
- E-Mail Address
-
marvin.a.nunez@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL
(marvin.a.nunez@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL)
- Description
- THIS IS A PRESOLICITATION NOTICE FOR MULTIPLE-AWARD-TASK-ORDER-CONTRACT-(MATOC) FOR POWER CONSTRUCTION AND SERVICES SUPPORT. The US Army Corps of Engineers, Philadelphia District (NAP) has developed an acquisition approach to provide power support for contingency and enduring requirements of the United States Government (USG); USG Coalition Forces/Organizations; and Host-Nation Governments/Forces/Organizations within the United States Central Command (CENTCOM) Area of Responsibility (AOR). The countries in the CENTCOM AOR are Afghanistan, Bahrain, Egypt, Iraq, Jordan, Kazakhstan, Kuwait, Kyrgyzstan, Lebanon, Oman, Pakistan, Qatar, Saudi Arabia, Syria, Tajikistan, Turkmenistan, United Arab Emirates (UAE), Uzbekistan, and Yemen. NAP plans to award a target of five (5) Firm-Fixed- Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to capable firms from a single solicitation, the new Power Construction and Services MATOC. Each IDIQ contract will have an ordering period of five (5) years. There will be a six (6) month option under FAR 52.217-8 Option to Extend Services. The Power Construction and Services MATOC solicitation will be unrestricted, thereby providing full and open competition. The estimated capacity�of the MATOC, inclusive of �all IDIQ�contracts, is $249,000,000.00.� Under the Power Construction and Services MATOC, the contractor shall be responsible for providing all labor, transportation, equipment, supervision, and required internal logistical support to perform/provide power construction and service activities. For construction, the contractor shall provide single source responsibility for construction activities to include low and medium voltage electrical systems for power plants and power distribution systems. Construction may include, but is not limited to, extension of designs, site preparation, and furnishing equipment and other ancillary items, for complete and usable power plants and distribution and transmission systems. For services, the contractor shall provide single source responsibility for power services to include low and medium, and high voltage electrical systems for power plants and power distribution systems. Power services may include, but is not limited to, assessing power needs, providing technical assistance, training, and quality assurance/control, operating, conducting preventive maintenance, emergency maintenance, and scheduled maintenance, fueling, relocating and recovering engine-generator sets and associated fuel systems, and conducting preventive, emergency and scheduled maintenance including the maintenance for transmission and distribution of electrical and lighting systems. ? The NAICS code is 237130 and the size standard is $39,500,000.00. �The Solicitation Number W912BU-20-R-0008 will be issued on or about 14 August 2020. The official method of distribution for this RFP is via�the web. Contractors may download the solicitation (including any drawings) and any amendments via the betaSAM web site at https://beta.sam.gov, on or after the issue date. It is the offeror's responsibility to monitor the betaSAM web site for any amendments. Interested firms must register at https://beta.SAM.gov in order to access the solicitation. Offerors are responsible for printing copies of the RFP and any amendments. All offers are to be delivered to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Marvin Nunez. All contractors are required to be registered in the DoD System for Award Management by award (SAM) before award as required by FAR 4.1102. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html. The solicitation package should be available for download on or about 14 August 2020. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to Marvin Nunez at marvin.a.nunez@usace.army.mil and Jamaal A. Edwards at Jamaal.a.edwards@usace.army.mil ensure the subject line reads: W912BU-20-R-0008 POWER MATOC Question Request.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/761f95ae4d41446a8717386a613a8f1a/view)
- Place of Performance
- Address: AFG
- Country: AFG
- Country: AFG
- Record
- SN05739871-F 20200801/200730230149 (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 |