SOLICITATION NOTICE
Y -- CP#3 CONSTRUCTION OF LONG RANGE DISCRIMINATION RADAR (LRDR) POWER PLANT, CLEAR AFS, ALASKA (CLR039c)
- Notice Date
- 9/26/2018
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB19R0002
- Point of Contact
- Kimberly D. Tripp, Phone: 907-753-2549, Aldone Graham, Phone: 907-753-2528
- E-Mail Address
-
kimberly.tripp@usace.army.mil, Aldone.R.Graham@usace.army.mil
(kimberly.tripp@usace.army.mil, Aldone.R.Graham@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- GENERAL INFORMATION: Project: CP#3 CONSTRUCTION OF LONG RANGE DISCRIMINATION RADAR (LRDR) POWER PLANT, CLEAR AFS, ALASKA (CLR039c) Notice Type: Pre-Solicitation Notice Solicitation Number: W911KB19R0002 Posted Date: 19 October 2018 Original Response Date: Original Archive Date: Current Archive Date: Classification Code: Y - Construction of structures and facilities Set Aside: Unrestricted NAICS Code: 237130 Size Standard: $36.5M CONTRACT INFORMATION: This is a pre-solicitation notice for a single phase, unrestricted Request for Proposal (RFP) for the construction of the LRDR Power Plant (LPP), construction shall include a power plant for mission and non-mission loads and will include a HEMP shield to protect the following spaces: diesel powered generators, generator support equipment, and control equipment. The project specifications require HEMP-related tests and shielding integrity for the LPP. Category V seismic requirements, integration connections to the MCF and providing redundancy to the ECF Risk Management Framework systems. The LPP consists of a central Generator area, which will house 7 generators with an additional 20' bay designed for space to house an additional generator should it be required. The LPP includes a Control Room, Switchgear Room, Mechanical Room, Equipment, Support spaces, four (4) ballistically protected, above ground 50,000 gallon fuel storage tanks and a fuel offloading station. The storage tanks will be by a screen wall. Response date of 3 December 2018 is based on issuance of the RFP on or about 10 October 2018. The procurement will be conducted using single phase source selection tradeoff process described in FAR 15.101-1. The award will be based on the best overall value to the Government considering the non-price factors described in the RFP and price. The Government will evaluate proposals in accordance with the evaluation rating systems outlined in the selection procedures of the RFP. Any resulting contract will be firm fixed price. The anticipated Notice to Proceed date is 29 March 2019 with a period of performance of 630 calendar days. Offerors are advised that a contract resulting from this solicitation is subject to the availability of funds. Should Congress not appropriate funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. This project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. All contractors are advised that they must be registered in the System of Award Management (SAM) (https://www.sam.gov/). Joint ventures must also be registered in SAM as a joint venture (reference the RFP, Section 00 21 00, paragraph 1.12 for further information about joint ventures). We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors: Specialized Experience, Technical Approach, Project Execution Schedule, Organization and Key Personnel, Past Performance (Confidence Assessment), Extent of Small Business Participation, and Price. The overall evaluation of the non-price factors is considered significantly more important than price. OBTAINING THE SOLICITATION: The solicitation will be available electronically from Federal Business Opportunities (FBO) website (www.fbo.gov). On the FBO website, vendors will need to utilize the Vendor Opportunities Search function and enter applicable solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via the FedBizOpps website; however, due to the large size of the files for the Plans and Specifications, Offerors are required to provide the name, e-mail address, and phone number of their selected point of contact (POC) to the Contract Specialist, Kimberly Tripp via e-mail at: kimberly.tripp@usace.army.mil, phone number: 907 753-2549 in order to have their name added for access to the Plans and Specifications uploaded to the AMRDEC site on the date the solicitation is released. The deadline for submission of POC information is 15 November 2018 by 2:00PM Alaska Time. Offerors who have responded by the deadline with POC information will be provided the RFP specifications and drawings via the AMRDEC Website starting on the release date of the solicitation. Prospective Offerors are encouraged to provide their information prior to the release of the solicitation to ensure timely access to the Plans and Specifications. All responsible sources may submit an offer in the form and format described in the solicitation which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the offeror's responsibility to check for any posted changes to this solicitation. CONTRACTING OFFICE ADDRESS: USACE District, Alaska CEPOA-CT P.O. Box 6898 JBER AK 99506 PLACE OF PERFORMANCE: Clear AFS, Alaska POINT OF CONTACT Aldone R. Graham 907-753-2528 Aldone.R.Graham@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB19R0002/listing.html)
- Place of Performance
- Address: LRDR Construction Site, Clear AFS, Alaska, United States
- Record
- SN05105673-W 20180928/180926230906-48436f845d1017c4f0df5aec2825059d (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 |