SOLICITATION NOTICE
J -- Modernize High Bay Lighting
- Notice Date
- 4/11/2018
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-18-B-0004
- Archive Date
- 5/10/2018
- Point of Contact
- Temekka S. Ellis, Phone: 757-201-7035
- E-Mail Address
-
temekka.s.ellis@usace.army.mil
(temekka.s.ellis@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS PROCUREMENT IS A COMPETITIVE SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, Norfolk District (NAO) is contemplating a Firm Fixed Priced, ‘C' contract for replacement of existing metal halide high-bay lighting fixtures with LED fixtures at Ft. Lee, VA. Description of Work: Replacement of existing metal halide high-bay lighting fixtures with LED fixtures, re-circuiting existing fluorescent emergency fixtures to be on separate circuits from other lighting, associated light controls and switching, and incidental related work. THIS PROJECT IS PLANNING FOR SEALED BID WITH DEFINITIVE RESPONSIBILITY CRITERIA. This contract will contain a Definitive Responsibility Criteria (DRC). DRC are specific and objective standards established by an agency as a precondition to award which are design to measure a prospective contractor's ability to perform the contract. In order to be found responsible, the apparent low bidder must demonstrate past experience on the following one (1) REQUIRED component. To demonstrate experience, bidders must summarize their experience on the following DRC requirements: 1. LICENSED ELECTRICIAN : Bidders must be able to demonstrate experience with at least one project that include a licensed electrician that was completed within five years of the solicitation date or currently under construction but at least 80% complete by the solicitation date. If a subcontractor is used to complete a work component, that subcontractor must demonstrate past experience as a licensed electrician in that work component. Bidders are not required to submit additional documentation related to this criterion at the time of bid. The Government will request supporting documentation from the bidder anticipated to receive the award, prior to award. Bidders will be evaluated on conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. The contract duration is approximately 15 months. The magnitude of construction is $1,000,000.00 to $2,000,000.00. Contractors will be required to submit bonding documents prior to award. The North American Industry Classification System (NAICS) code for this procurement is 238210 which has a small business size standard of $15M. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The solicitation and accompanying documents will be issued electronically and will be uploaded to the Federal Business Opportunities (FBO) website (https://www.fbo.gov) on or about 1 May 2018. Telephone calls or written requests for the solicitation package will NOT be accepted. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. The Government intends to award a single contract to the responsible Offeror whose proposal conforms to the solicitation, is determined fair and reasonable, and offers the best overall value to the Government as determined through an invitation for bid (IFB) process in accordance with FAR Part 9.1 procedures, Responsible Prospective Contractors. The bid due date shall be at least 30 days after the IFB is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Temekka Ellis Email: temekka.s.ellis@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0004/listing.html)
- Place of Performance
- Address: Ft. Lee, Virginia, United States
- Record
- SN04886128-W 20180413/180411230951-3780e37017a07ea01335821c3161222f (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 |