SOLICITATION NOTICE
J -- USACE Advanced Contract Initiative (ACI) Temporary Emergency Power (TEP)
- Notice Date
- 11/29/2022 8:09:35 AM
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
- ZIP Code
- 15222-4198
- Solicitation Number
- W911WN22R3007
- Response Due
- 12/13/2022 3:00:00 PM
- Point of Contact
- Zachary Garst, Phone: (412) 660-5640, Leanna Lesefka, Phone: (412) 395-7549
- E-Mail Address
-
zachary.a.garst@usace.army.mil, leanna.c.lesefka@usace.army.mil
(zachary.a.garst@usace.army.mil, leanna.c.lesefka@usace.army.mil)
- Description
- This is a presolicitation notice in accordance with Federal Acquisition Regulation (FAR) 5.204.� This presolicitation notice is being posted at least 15 days prior to the release of the solicitation in accordance with FAR 5.203(a). The Pittsburgh District of the U.S. Army Corps of Engineers (USACE) will require contract service support for temporary emergency power (TEP) in response to natural and man-made disasters in the United States and its territories.� USACE uses the Advance Contract Initiative (ACI) TEP to fulfill its mandate to support the Federal Emergency Management Agency (FEMA) during Disaster Declarations.� The contractor shall be responsible to perform services in the following areas: assessing power requirements, installing diesel powered emergency generators (5 kW to 3MW), fueling, operating, maintaining, and repairing generators at critical public facilities.� Critical public facilities are defined as facilities that provide lifesaving (i.e., hospitals, medical centers, 911 centers, police and fire stations), life sustaining (i.e., water and sewage infrastructure, assisted living facilities, 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. Four separate single-award Firm Fixed Price Indefinite Delivery Requirements contracts will be awarded with a value of $75,000,000 each.� The period of performance for each contract is anticipated to be a one-year base period with four one-year options.� Each contract is responsible for a distinct geographic area composed of FEMA Regions.� Quadrant I will include FEMA Regions I, II, and III (Connecticut, Delaware, District of Columbia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, and West Virginia) excluding Outside the Continental United States (OCONUS) Region II.� The Government�s realistic estimate of the total requirements over 5-years is $75 million. Quadrant II will include FEMA Regions IV and V (Alabama, Florida, Georgia, Illinois, Indiana, Kentucky, Michigan, Minnesota, Mississippi, North Carolina, Ohio, South Carolina, Tennessee, and Wisconsin).� The Government�s realistic estimate of the total requirements over 5-years is $75 million. Quadrant III will include FEMA Regions VI, VII, and VIII (Arkansas, Colorado, Iowa, Kansas, Louisiana, Missouri, Montana, Nebraska, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming).� The Government�s realistic estimate of the total requirements over 5-years is $75 million. Quadrant IV will include FEMA Regions IX and X (Alaska, Arizona, California, Idaho, Hawaii, Nevada, Oregon, and Washington) and OCONUS Regions II and IX.� The Government�s realistic estimate of the total requirements over 5-years is $75 million. The anticipated solicitation date is estimated to be mid to late January 2023 with a proposal due of 30 days after posting.� Contractors may submit a proposal for any or all quadrants.� In accordance with FAR Part 15, the source selection method will be a trade-off to determine best value.� This procurement will be conducted on an unrestricted basis.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/413b7105e92d4256a15d40311faa213b/view)
- Record
- SN06529495-F 20221201/221129230106 (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 |