SOURCES SOUGHT
99 -- Advanced Contract Initiative for Temporary Emergency Power Contracts
- Notice Date
- 2/10/2022 2:46:19 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
- ZIP Code
- 15222-4198
- Solicitation Number
- W911WN22SS3002
- Response Due
- 3/3/2022 10:00:00 AM
- Point of Contact
- Zachary Garst
- E-Mail Address
-
zachary.a.garst@usace.army.mil
(zachary.a.garst@usace.army.mil)
- Description
- It is anticipated that this requirement will fall under NAICS 238210.� However, the Government is looking for additional capability statements, particularly from interested vendors with prior experience within the last 5 years in contingency operations (whether humanitarian or military), either CONUS or OCONUS, that shows the vendors ability to rapidly respond to a solicitation (within 24 hours or less) and pull together large amounts of personnel, equipment, and/or other resources and perform at a satisfactory or above level when responding during emergency or wartime situations.� Therefore, the Government is also posting this sources sought notice under NAICS 541330, as it allows a broader market to see the opportunity.� The ACI for Temporary Emergency Power Contracts requires a similar capability from its prime contractor and the Government wants to hear from interested vendors who have this demonstrated quick reaction capability in a multitude of environments, not just in an environment of responding to temporary emergency power needs.� The ACI for Temporary Emergency Power Contracts require the management of multiple subcontractors, adapting to highly scalable missions, and rapid escalation in cost growth post disaster assessment of power needs.� These sub functions are critical to success in any quickly evolving temporary emergency power mission.�� Overview of Requirement The Pittsburgh District of the U.S. Army Corps of Engineers (USACE) seeks sources, both large and small, that are interested in participating in the Advanced Contract Initiative (ACI) for Temporary Emergency Power contracts, which entail nationwide coverage (contiguous 48 states), as well as Alaska, Hawaii, Guam, the Virgin Islands, American Samoa, Northern Mariana Islands (NMI), and Puerto Rico.� USACE uses the ACI for Temporary Emergency Power to fulfill its mandate to support the Federal Emergency Management Agency (FEMA) during Disaster Declarations.� There are three disaster declarations that provide funding and federal support to states and territories of the U.S.� These include Pre-Declaration, Emergency Declaration, and Post-Declaration � Mission Assignments.� Additional information regarding declarations can be reviewed at the National Response Framework at https://www.fema.gov/emergency-managers/national-preparedness/frameworks/response. The ACI for Temporary Emergency Power entails a contractor to perform services in the following areas: assessing power requirements, installing Government provided and leased diesel-powered emergency generators, fueling, operating, and maintaining and repairing generators at critical public facilities.� Critical facilities are defined as facilities that provide lifesaving (hospitals, medical centers, 911 centers, police and fire stations), life sustaining (water and sewage infrastructure, assisted living centers, shelters, and meal centers), and other facilities, as requested by the state or territory in need of disaster relief.� Historically, most�locations are on publicly owned property, belonging to federal, state, or local municipalities.� The contractor must be able to have its full complement of resources, personnel, and equipment on site within 24 hours (or less in most instances) of receiving a mission assignment. The link below provides several short videos.� The video entitled �Temporary Emergency Power Mission Overview� provides useful insight regarding the requirements of this contract and the overall mission. www.youtube.com/user/RSCUSACE Contract Details � 4 Ordering Vehicles The Quadrant I contract will include FEMA Regions I, II, and III (Connecticut, Delaware, District of Columbia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, and West Virginia) excluding OCONUS Region II.� It is expected that the contract capacity will be $75M.� The contract will have the option to increase ceiling if needed to respond to temporary emergency power needs during the ordering period of the contract.� �� The Quadrant II contract will include FEMA Regions IV and V (Alabama, Florida, Georgia, Illinois, Indiana, Kentucky, Michigan, Minnesota, Mississippi, North Carolina, Ohio, South Carolina, Tennessee, and Wisconsin).� It is expected that the contract capacity will be $75M.� The contract will have the option to increase ceiling if needed to respond to temporary emergency power needs during the ordering period of the contract.� �� ��� The Quadrant III contract will include FEMA Regions VI, VII, and VIII (Arkansas, Colorado, Iowa, Kansas, Louisiana, Missouri, Montana, Nebraska, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming).� It is expected that the contract capacity will be $75M.� The contract will have the option to increase ceiling if needed to respond to temporary emergency power needs during the ordering period of the contract.� �� ��� The Quadrant IV contract will include FEMA Regions IX and X (Alaska, Arizona, California, Idaho, Hawaii, Nevada, Oregon, and Washington) and Outside the Continental United States (OCONUS) Regions II and IX.� It is expected that the contract capacity will be $75M.� The contract will have the option to increase ceiling if needed to respond to temporary emergency power needs during the ordering period of the contract.� � Historical Obligations on the Previous Contracts Current Contracts (4-Year Ordering Period from 2019 � 2023): Quadrant I has had 5 task orders issued for approximately $4.3M, Quadrant II has had 8 task orders issued for approximately $15M, Quadrant III has had 5 task orders issued for approximately $50.3M, and Quadrant IV has had 7 task orders issued for approximately $11.2M. � Previous Quadrant Contracts (5-Year Ordering Period and Task Order Performance Dates from 2013 � 2019): Quadrant I had a $50M capacity, Quadrant II went up to a $76.5M capacity, Quadrant III went up to a $53.3M capacity, and Quadrant IV went to a $955M contract capacity � the predominance for Quadrant IV being the Hurricane Maria response. Capability Statement Submission Instructions Interested parties must provide their capability to perform a contract of this magnitude and complexity.�Attached is the draft Performance Work Statement (PWS), which lays out the ACI for Temporary Power Contracts scope. If you are interested in being a Prime Contractor, please indicate which FEMA Geographical Region(s) you would be interested in.� You do not have to have the ability to perform all four contracts.� It is anticipated that each quadrant contract will be its own source selection.� Please provide three examples within the last 5 years of experience performing in contingency operations (whether humanitarian or military), either CONUS or OCONUS, that shows your ability to rapidly respond to a solicitation (within 24 hours or less) and pull together large amounts of personnel, equipment, and/or other resources and perform at a satisfactory or above level when responding during emergency or wartime situations.� Examples should also demonstrate your management of multiple subcontractors and adapting to highly scalable missions.� The ACI for Temporary Emergency Power Contracts requires a similar capability from its prime contractor and the Government wants to hear from interested vendors who have this demonstrated quick reaction capability in a multitude of environments, not just in an environment of responding to temporary emergency power needs.�In your examples, please ensure at a minimum they include a brief description of the project, customer name, and dollar value of the projects.� All responses must be submitted to Contracting Officer, zachary.a.garst@usace.army.mil by the deadline in this notice and all responses shall not exceed 10 pages.� Please note that this is a market survey for informational purposes only and is not a Request for Proposals (RFP).� There is no�solicitation document available; no�contract will be awarded based on this announcement; and no reimbursement will be made for costs associated with responding to this announcement.� Thank you for your interest.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a82e6617764949dd9faced8453b6bf00/view)
- Record
- SN06239780-F 20220212/220210230113 (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 |