Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2020 SAM #6714
SOLICITATION NOTICE

Y -- Install Phase 2 of Energy Management and Control System (EMCS), Thule Air Base, Greenland

Notice Date
4/15/2020 12:21:54 PM
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS20R0012
 
Response Due
5/31/2020 11:00:00 AM
 
Archive Date
08/31/2020
 
Point of Contact
Ivan V. Damaso, Phone: 9177908176, Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
ivan.v.damaso2@usace.army.mil, matthew.e.lubiak@usace.army.mil
(ivan.v.damaso2@usace.army.mil, matthew.e.lubiak@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award a firm-fixed price contract to Install Phase 2 of Energy Management and Control System (EMCS) in 67 buildings and above ground utility systems that were not included in the WWCX 03-1004A. System will include sensors, actuators, and interface devices within buildings and limited fiber optic communications to interconnect buildings. System will be compatible with existing system installed by WWCX 03-1004A and with planned changes to central heating utility. Control action will be limited to facilities identified. System will control heating and lighting per occupancy schedules and limit the range of temperatures selectable by the user to prevent overheating areas or allowing areas to freeze.� This will be a competitive, 2-Step Best Value Trade-Off Solicitation. General Conditions at Thule Air Base: The location of Thule Air Base limits exterior work to the months of June through September, although work is sometimes possible in May and/or October. Additionally, Thule's location demands that all supplies/personnel must be shipped /transported in/out via air/sealift. Thule Air Base is not a commercial air/seaport and there is no other access. Shipping schedules are dictated by Defense contracts, and materials and labor are not available locally. The region is glaciated and the existing soil is generally permafrost, which exists from 1 to 6 feet below the surface to a measured depth of 1,600 feet. Winter temperatures average between 20 -30 degrees F below zero while average summer temperatures are between 40-50 degrees F above zero. One annual military cargo sealift departs from Norfolk, Virginia to Thule AB, on or about 1 July. There are two sealifts that leave from Copenhagen, Denmark to Thule AB, one in July & one in August. Airlifting any materials or equipment via military aircraft is very expensive and only normally allowed on an emergency-need basis. The NAICS code is 237130. The project magnitude is between $1 million to $10 million. The performance period shall be approximately 365 calendar days from the issuance of the Notice to Proceed (NTP). Anticipate Step 1 (Qualifications) to be posted electronically on or about 30 April 2020 via https://beta.sam.gov/. Anticipate Step 2 (Technical Requirements) to be posted on or about 30 June 2020. �Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the https://beta.sam.gov/ website for any amendments. Offerors are required to be registered in the System for Award Management (SAM) www.sam.gov.� Award will be made to the offeror which represents the Best Value to the Government. Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room� 16- 300, 26 Federal Plaza, New York, NY 10278-0090.� PLEASE NOTE NEW ROOM NUMBER:� 16-300.� All questions must be submitted in writing via email (Microsoft word format) to the Contract Specialist.� The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is the Internet.� Paper copies of this solicitation, and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Contract Opportunities, located at https://beta.sam.gov/, in order to safeguard acquisition related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the Contract Opportunities website at https://beta.sam.gov/. The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandates the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil. Point of Contact is Ivan V. Damaso, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16- 300, New York, NY 10278-0090. Phone:� 917-790-8176. Fax:� (212) 264-3013. Email:� ivan.v.damaso2@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6a5ac996a8564fd2bf2c4dcd78c1af8c/view)
 
Place of Performance
Address: GRL
Country: GRL
 
Record
SN05621958-F 20200417/200415230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.