Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2024 SAM #8142
SOLICITATION NOTICE

Z -- Wolf Creek DC and Preferred AC Systems

Notice Date
3/11/2024 12:49:40 PM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P524R0002
 
Response Due
3/28/2024 8:00:00 AM
 
Archive Date
04/12/2024
 
Point of Contact
Andrew Roth, Phone: 6157367793, Bridget Passatore, Phone: 6157367854
 
E-Mail Address
andrew.r.roth@usace.army.mil, bridget.l.passatore@usace.army.mil
(andrew.r.roth@usace.army.mil, bridget.l.passatore@usace.army.mil)
 
Description
PURPOSE: The Nashville District U.S. Army Corps of Engineers intends to issue a Request for Proposal (RFP) for a firm-fixed price construction project. This is a Pre-solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. DESCRIPTION: The U.S Army Corps of Engineers (USACE), Nashville District, anticipates a requirement for a firm fixed-price construction contract for the Wolf Creek Dam DC/Preferred AC system upgrade to replace the existing lead acid battery systems including the batteries, chargers, power inverter and cables with a new gel battery system and associated equipment. Additionally, new switchboards with associated equipment will be replaced. The detailed plans and specifications will be posted with the solicitation. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, mobilization/demobilization and other items and services to perform the work described above in accordance with the plans and specification that will be provided. Location: Wolf Creek Dam Site, Jamestown, KY. Disclosure of the Magnitude of the Proposed Construction Project: Between $1,000,000 and $5,000,000. Set-Aside Type: None (Full and Open/Unrestricted) Delivery Date: 365 calendar days from the Notice to Proceed (NTP) Anticipated Solicitation Release Date: The solicitation with plans and specifications is expected to be issued on or about 28 March 2023. Drawings and Specifications: Due to the Drawings and Specifications being designated Controlled Unclassified Information (CUI), access must be requested. The technical plans and specifications will be uploaded and locked in PIEE Solicitation Module when the solicitation is released. Your firm must be registered in PIEE in order to be able to granted access to these documents. The U.S. Citizen Security Request Form or Foreign National Security Request Form (both attached as separate documents) will have to be submitted and approved prior to gaining access to the Drawings and Specifications. Approved Security Form will not only allow access to the Drawings and Specifications but will also suffice for Site Visit attendance. Please submit your firm's Security Request Form via email to Contract Specialist Andrew Roth at Andrew.R.Roth@usace.army.mil. Tentative Pre-Proposal Site Visit: For planning purposes, a tentative site visit has been scheduled for Thursday, 18 April 2024 at 10:30 Central Time (CT), at Wolf Creek Dam There will only be one site visit. Offerors should inspect the job site prior to submitting an offer. Offerors should take such other steps as may be reasonably necessary to ascertain the nature and location of the work and the general and local conditions that can affect the work or the cost thereof. Failure to do so will not relieve offerors from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents or employees, unless included in the solicitation, the specifications or related documents. REGISTRATION: Only registered persons will be permitted to attend the pre-bid site visit. In addition to the information below, please also provide your firm's name, firm's CAGE and/or Unique Entity Identifier (UEI), and name and position title of primary point-of-contact and their telephone number and email address. Please provide this information via email to andrew.r.roth@usace.army.mil. PERSONAL PROTECTIVE EQUIPMENT (PPE): All participants are required to have PPE, i.e. hard hat, safety glasses, and safety toe shoes before entering the project site. Contractors who do not have these items present at the site visit may not be able to participate in the visit. Contractors and/or potential contractors wishing to attend a pre-bid meeting held at or in LRN restricted/controlled areas (such as a Power Plant or Navigation Lock) shall submit a Nashville District (LRN) Security Access Form to the Contract Specialist five (5) days prior to the site visit. If submitting the document in less than five days, the Offeror may not receive approval for participation. The Contract Specialist will notify the Contractor if the request is approval or denied. Any prebid meeting which will cover anything other than public domain information shall be limited to US Citizens, except under unique circumstances. The Security Access Form and guidance is available at https://www.lrn.usace.army.mil/Business-With-Us/Contracting. U.S. CITIZENS: The Offeror shall submit a Nashville District Corps of Engineers U.S. Citizen Security Request Form to the LRN Point of Contact, Contract Specialist Andrew Roth via email (andrew.r.roth@usace.army.mil) no later than five calendar days prior to the site visit. If submitting the document in less than five days, the Offeror may not receive approval for participation. The LRN POC will notify the individual(s) if the request is approved or denied. The Security Access Form and guidance is available as a pdf attachment on sam.gov with this pre-solicitation and is titled U.S. Citizen Security Request Form. FOREIGN NATIONALS (FNs): All non-U.S. Citizens, including permanent residents wishing to attend the site visit must be approved in advance. FNs wishing to attend a site visit shall submit a completed Nashville District Corps of Engineers Foreign National Security Request Form and legible color copies of two of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with 1-551 stamp or attached INS Form 1-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form 1-151 or 1-551), unexpired Temporary Resident Card (INS Form 1-688), unexpired Employment Authorization Card (INS Form 1-688A), unexpired Reentry Permit (INS Form 1-327), unexpired Refugee Travel Document (INS Form 1-571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN Point of Contact, Contract Specialist Andrew Roth, who will forward the documents to the LRN-SM mailbox (dll-celmsm@usace.army.mil) for approval. These documents must be submitted no less than five (5) days prior to the site visit. FN requests require approval at the Headquarters U.S. Army Corps of Engineers (HQUSACE) level. Exceptions will be considered on a case-by-case basis but will be limited. The form is available as a pdf attachment on sam.gov with this presolicitation and is titled Foreign National Security Request Form. ADDITIONAL INFOMRATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website, https://sam.gov and PIEE Solicitation Module. It is and will continue to be the responsibility of all potential offerors to monitor the SAM.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d6ed5a7d1b54a038ba38f38debc3a6d/view)
 
Place of Performance
Address: Jamestown, KY 42629, USA
Zip Code: 42629
Country: USA
 
Record
SN06992443-F 20240313/240311230040 (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.