Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
SOURCES SOUGHT

Y -- POWER CONSTRUCTION AND SUPPORT SERVICES CENTCOM AOR

Notice Date
3/20/2018
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-18-R-0004
 
Archive Date
4/19/2018
 
Point of Contact
Leonard Buhrow, Phone: 215-656-6761, Cherita Williams, Phone: 2156566775
 
E-Mail Address
Leonard.E.Buhrow@usace.army.mil, cherita.l.williams@usace.army.mil
(Leonard.E.Buhrow@usace.army.mil, cherita.l.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS SOURCES SOUGHT IS AN UPDATE TO A PREVIOUSLY ISSUED SOURCES SOUGHT, POWER CONSTRUCTION AND SUPPORTSERVICES CENTCOM AOR, ORIGINALLY POSTED 2 MARCH 2015 AND AMENDED ON 17 APRIL 2015. THIS SOURCES SOUGHT ALSO CORRESPONDS TO PRESOLICITATION NOTICE: W912BU-16-R-0025 WHICH WAS UPDATED TO PRESOLICITATION #W912BU-18-R-0004. THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. PURPOSE: The US Army Corps of Engineers, Philadelphia District is conducting market research to identify potential qualified sources to support a possible award of a Multiple Award Task Order Contract (MATOC) to provide power construction and services support to the United States Central Command (CENTCOM) Area of Responsibility (AOR). TYPE OF SET-ASIDE: N/A. Unrestricted. The purpose of this solicitation is to identify potential qualified sources. DESCRIPTION: It is the Government's intention to award a Power Construction and Services MATOC, under which firm-fixed price task orders would be issued. This is a source sought notice only. The North American Industry Classification System (NAICS) Code is 237130. The Government intends for the ordering period for the Power Construction and Services MATOC to consist of a five (5) year base period and one (1) six (6) month option period under FAR 52.217-8. The option will be exercised for those contractors who have performed successfully on task orders. The period of performance/performance dates for each task order will be determined at the individual task order level. The Government intends to use a combination of source selection approaches in order to obtain best value, including both tradeoff and lowest price technically acceptable (LPTA) approaches at the task order level. The total contract ceiling is estimated at $249M. The purpose of this Sources Sought is to conduct Market Research and encourage responses from all qualified large and small business sources (small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, woman-owned small business, EDWOSB concern, or WOSB concern) capable of providing the support for this effort. This announcement is for market research and does not constitute a Request for Proposal (RFP). Individual task orders may include elements of construction, service, or both: • Construction Provide single source responsibility for power construction activities to include low, medium, and high voltage. Construction activities may include site preparation, furnishing, installing, making electrical connections, and constructing power generation equipment to include power plants, power distribution, and power transmission. • Services Provide single source responsibility for power services to include low, medium, and high voltage. Power services may include assessing power needs, providing technical assistance, training, and quality assurance, operating, conducting preventive maintenance, emergency maintenance, and scheduled maintenance, fueling, relocating and recovering engine-generator sets and associated fuel systems, including the maintenance for transmission and distribution of electrical and lighting systems. DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This Sources Sought is for information, planning, and market research analysis only; therefore, it is not to be construed as a commitment by the Government to procure at this time. This Sources Sought is not a formal solicitation. Any formal solicitation will be announced separately. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to the Sources Sought. All information received in response to this Sources Sought Notice that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. In accordance with (IAW) FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Response to this RFI from industry is strictly voluntary. Please be advised that in order to be eligible for contract award with USACE, your company must be registered in the System for Award Management (SAM) database. It is recommended that you take the necessary steps now to ensure that your company is registered in this system by going to https://sam.gov SUBMISSION: The Government requests that your firm describe recent (within 5 years), relevant, and successful contracts that accurately represent the technical, operational, and management capabilities applicable to this effort. Responses to the subject areas below by letter designation are requested to assist in assessing the depth and range of businesses with the interest, requisite skills and past performance to meet the requirements and perform work. A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code 3. DUNS 4. Contract number(s) 5. Dates of contract performance 6. Participation as a prime or subcontractor 7. Socioeconomic designation 8. Bonding Capabilities B. Provide a short Executive Summary of your company's prime area of business, capabilities, and qualifications. C. Provide a minimum of three (3) and a maximum of five (5) recent and relevant projects that demonstrate your experience on contracts of similar size, scope, and complexity. Recent projects are defined as completed or at least 50% completed within the past 5 years as of the date of this sources sought. Relevant projects of similar size, scope, and complexity include: a. Experience installing, operating, and maintaining a diesel generator power plant with a minimum total power plant capacity of 3MW. b. Experience in installing, operating and maintaining medium voltage distribution systems with a minimum distribution ring of 3km, and associated low voltage distribution systems. c. Experience performing management and logistical responsibilities in the CENTCOM AOR including, but not limited to, mobilization of personnel, equipment, and supplies; and provision of life support services. d. Experience constructing, maintaining, or repairing high voltage transmission systems to include maintenance, repair, expansion, or construction of substations. While the requirements listed under relevancy are mandatory, it is not required that all be included in one project. Requirements are allowed to be listed throughout the maximum five-project requirement. The description shall include contract number, a brief description, dollar value, complexity, and the customer's name, e-mail address and phone number. D. Provide the name, position, address and phone number of your firm's central point of contact for the submitted information in the event clarification of your firm's capabilities is warranted. E. Small Business Firms should include a statement assuring the ability to self finance and corporate bond contracts at the maximum dollar threshold. F. The response to this notice should not exceed ten (12) pages total at 12 pitch font. Place of Performance: CENTCOM AOR Responses to this Sources Sought must be unclassified. Interested sources possessing the capability of meeting all of the requirements or any parts of the requirements and conditions outlined above must so indicate by responding via email to Point of Contacts (POCs) identified herein. All submissions must include full company names, Point of Contacts (POCs) to include, name, position, office and mobile telephone numbers and email address. All interested sources are encouraged to respond to this Sources Sought by providing the requested information noted above no later than (NLT) 1600 EST 4 April 2018. All proprietary and restricted information shall be clearly marked accordingly. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. All questions concerning submissions and responses pertaining to this announcement shall be forwarded via email to all of the following POCs: Leonard Buhrow; leonard.e.buhrow@usace.army.mil; 215-656-6761 Julie Meyer; Julie.meyer@usace.army.mil; 215-656-6869 Contracting Office Address: USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-18-R-0004/listing.html)
 
Place of Performance
Address: CENTCOM AOR, United States
 
Record
SN04860528-W 20180322/180320231208-0216a1771ab1d654afe854a5775c6570 (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.