Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
SOLICITATION NOTICE

99 -- PRE-SOLICITATION NOTICE for Critical Power Systems Services IDIQ at Various DoD Installations Worldwide

Notice Date
4/26/2012
 
Notice Type
Presolicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23rd Ave Bldg 1100 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258312R0762
 
Response Due
5/11/2012
 
Archive Date
5/11/2012
 
Point of Contact
Michael Thompson (805)982-2565
 
E-Mail Address
Michael Thompson
(michael.d.thompson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRE-SOLICITATION NOTICE. NAVFAC ESC has a requirement to provide equipment, installation, renovation, alterations, and repair of critical power systems, loads, and supporting facilities at various locations in CONUS and worldwide. This procurement is for an Indefinite Quantity Indefinite Delivery (IDIQ), fixed-price, contract (single award) to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to inform potential Small Business offerors for a Critical Power System Services IDIQ Contract. Based on the responses to Sources Sought Notice N6258311R0552 dated 18 March 2011, and other informal market research, the Government has determined that there is an adequate number of qualified Small Businesses expressing interest. The requirement includes, but is not limited to: planning, operations training, design, inspection, installation, maintenance, repair, modification, and upgrade, construction, renovation, project management, scheduling, fabrication and installation of project components, distribution systems, and supporting structures and equipment, project logistical support, quality control, preparing project technical reports, as-built drawings, required permit documentation, and progress reports. Equipment and facilities to be worked on in this requirement include, but are not limited to: diesel engines, fuel tanks, electrical generators, uninterruptible power supplies, battery systems, distribution systems, cabling, specialized cooling, ventilation and air conditioning, control systems, and protective equipment. Individual tasks under the resulting indefinite delivery, indefinite quantity contract could include low-voltage systems, such as intrusion detection and fire detection and communication (fiber optic and copper). Power systems will include low voltage (under 600 volts), medium voltage (typically 15 kV class), and may include higher voltage (above 35 kV). Redundant feeds from utilities, redundant UPS systems, power distribution units (PDUs), frequency conversion may be specified. The majority of tasks under this requirement are sensitive to National Security. Department of Defense śSecret ť level security clearances are required for working at some government/military facilities. The contractor shall provide personnel who meet security requirements. All contractor employees and sub-contractors working on project sites are required to be US citizens in good standing with clean records. Many locations require all employees working on-site to pass a background investigation (e.g., check of National Law Enforcement data bases, interviews, etc.) before being granted site access. Specific security instructions will be provided in a DD 254 with the solicitation. Compliance with security requirement will be evaluated on a pass/fail basis as a condition of eligibility for award. The proposed contract is limited to qualifying Small Business firms. The Government will not consider offers from other than Small Business firms. The North American Industrial Classification Code (NAICS) is 335313 with a size standard of 750 employees. The contract will be awarded for a base period of one year with two (2) one-year option periods, which are not guaranteed. The total maximum value for the base period and all options (the aggregate total of all IDIQ task orders awarded) resulting from this RFP shall not exceed $45,000,000.00. The average estimated cost of the projects is expected to range from $10,000 to $5,000,000 each. The minimum guarantee is $25,000 and applies to the base year only. The Government intends to evaluate proposals and award contract without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Management; Factor 2 “ Technical Capability; Factor 3 “ Safety; Factor 4 “ Past Performance; and Factor 5 - Price. Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the Government, price and other factors considered. The solicitation will be available in electronic format only. The RFP will be posted on the website at https://www.neco.navy.mil on or about 14 May 2012. No hard copies will be provided. It is the contractor ™s responsibility to check the website for any and all amendments to the solicitation. A preproposal conference and site visit are tentatively scheduled on or about 24 May 2012. Details to be provided upon release of solicitation. All prospective offerors must be actively registered in the Central Contractor Registration (CCR) at www.ccr.gov. Please reference Sources Sought Notification N6258311R0552 for previous historical information. Any questions provided against this pre-solicitation notice will not be answered during the pre-solicitation phase of the acquisition process. If after reviewing the solicitation when issued, your question still requires an answer, you may submit your written questions once again; along with any other questions you may have. During the solicitation phase, your questions will be answer via amendment to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258312R0762/listing.html)
 
Record
SN02731936-W 20120428/120426235226-e1e4f47eab17b1ae650b5bcb6a39b459 (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.