Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2012 FBO #4031
SOLICITATION NOTICE

Z -- Resilient Power and Mechanical Systems (RPMS)

Notice Date
12/5/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-12-R-0031
 
Response Due
12/18/2012
 
Archive Date
2/3/2013
 
Point of Contact
Jennifer McClure, 2568958239
 
E-Mail Address
USACE HNC, Huntsville
(jennifer.l.mcclure@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This pre-solicitation notice is posted to publicize the Government's intent to issue Basic Ordering Agreements (BOAs) to all qualified vendors who exhibit the required technical capabilities, specialized experience, and past performance in providing facility repairs, improvements, construction, and equipment procurement/installation to improve and assure mission reliability of electric power and mechanical utilities, and infrastructure. Requirement: Under this BOA, potential contractors will be responsible for facility repairs, improvements, construction, and equipment procurement/installation to improve and assure mission reliability of electric power and mechanical utilities, and infrastructure and other facilities located at the Garrisons and military installations in order to provide compliance with code, criteria, and regulations. Work includes, but is not limited to, electrical power distribution systems, grounding systems, standby and emergency power, lightning and surge protection, short-circuit coordination studies, reliability/availability studies, heating, ventilating and air conditioning (HVAC) systems, computational fluid dynamics studies, fire protection systems, high-altitude electromagnetic pulse (HEMP) protection, TEMPEST, electromagnetic interference protection, chemical, biological, radiological, nuclear, and explosives (CBRNE) protections, and facility commissioning. At times, the Contractor may be required to provide stand alone construction efforts without the provision of the associated services (i.e. site investigation, work plan, etc.) The intent of this BOA is to capture the services of the Resilient Power and Mechanical Systems (RPMS) Program to provide facility repairs, improvements, construction, and equipment procurement/installation to improve and assure mission reliability of electric power and mechanical utilities, and infrastructure at the U.S. Army Engineering and Support Center (CEHNC). Evaluation Criteria Overview: Each vendor will be evaluated for technical capability and will be rated as quote mark Acceptable quote mark or quote mark Unacceptable quote mark. To receive a BOA, a vendor must receive an quote mark Acceptable quote mark rating for technical capability. BOAs will be established with companies under the following considerations: 1) Technical Capability Technical Approach Specialized Experience 2) Past performance will be assessed by the Government for demonstrated RPMS relevant maintenance and repair services. The vendors will be required to submit relevant and recent examples. Potential BOA holders must also be determined Responsible as prescribed in Federal Acquisition Regulation (FAR) 9.1. Specific locations will be determined at the task order level. It is estimated the program requirements for this action will total $240M over a five (5) year period. It is anticipated that no more than 10% of the program value will be Time and Materials (T&M). The BOAs will be reviewed annually. In addition, an annual pre-solicitation notice will be issued to provide the projected requirements for the upcoming year. At that time, new firms may submit the required documentation to join the BOA pool. Also, at this time, any firms who are rarely or never used will be transferred to an off-ramp. Once BOAs are established, it is the Government's intent to solicit only those firms holding a BOA for this requirement; however, this does not preclude other firms from submitting proposals. Each Order RFP will be posted on the FedBizOpps through the Army's Single Face to Industry (AFSI) portal for public awareness. Orders may be solicited on a Firm Fixed Price (FFP) or Time-and-Materials (T&M) basis. All proposals received will be evaluated in accordance with established criteria unique to each Order requirement. The BOA itself is not a contract. The orders against the BOA will become binding contracts upon award. Offeror's are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the vendor. This solicitation will be issued in electronic format only and will be available on or about 18 Dec 2012. Note: Response Date referenced under General Information does not refer to the submission l due date. The estimated BOA submission Due Date is 18 Jan 2013 and will be stated in the solicitation. Contracting Office Address: USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301 or USACE HNC, Huntsville, 4820 University Square, Huntsville AL 35816 Place of Performance: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL 35807-4301 US Point of Contact(s): Jennifer L. McClure, Jennifer.l.mcclure@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-R-0031/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02943364-W 20121207/121205234635-58a773fe8cba0a4f821d2732e7ac8311 (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.