SOLICITATION NOTICE
S -- Temporary/Emergency Power to Army Installations, Northeast Region
- Notice Date
- 6/13/2006
- Notice Type
- Solicitation Notice
- NAICS
- 221119
— Other Electric Power Generation
- Contracting Office
- US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-06-R-0029
- Response Due
- 7/18/2006
- Archive Date
- 9/16/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The Philadelphia District, Corps of Engineers, is issuing a negotiated, best value RFP (Request for Proposal) to acquire emergency\temporary power support services. The selected offeror(s) will be required to provide emergency\temporary power suppor t for up to 33 Army installations located in the Mid-Atlantic and Northeastern states in response to natural or man-made disasters. Such support shall be provided through the lease of contractor furnished equipment, the operation and maintenance of Govern ment furnished equipment, or a combination of both. There are five geographical service areas to be supportedArea 1: Virginia\West Virginia, Area 2: Maryland\Delaware, Area 3: Pennsylvania\New Jersey, Area 4: New York, and Area 5: the six New England st ates. An offeror may propose on a single area, a combination of areas, or all areas. In order to be eligible for award of an area (or areas), prices must be submitted on all line items for the area (s). Failure to submit a price on all line items in an area will be cause for rejection of the offer. The procurement is being conducted as a best value acquisition under Parts 12 and 15 of the Federal Acquisition Regulations. The base performance period will be one calendar year. Options to extend the per formance period up to three additional years are also included in the solicitation. The maximum contract ceiling for any resultant award(s) will range from $30 to $60 million for the base and all options, depending upon service Area. Proposals will be ev aluated for completeness in satisfying the requirements of the RFP. The proposals will be ranked on the basis of the following factors: (a) past performance and experience, (b) technical capability (comprised of contractor furnished equipment/product lis tings/catalogs), the offerors management plan, and locations of the offerors primary place of business and field offices), (c) extent of subcontracting, and (d) price. Past performance and experience, technical ability, and management plan are of equal weight and are each more important than the extent of subcontracting. The extent of subcontracting is more important that price; however, price remains a significant factor. The procurement is 100 percent set aside for small business. The applicable NAI CS code is 221119 with a size standard of 4 million megawatt hours (a firm is small if, including its affiliates, it is primarily engaged in the generation, transmission, and/or distribution of electric energy for sale and its total electric output for the preceding fiscal year did not exceed 4 million megawatt hours). The solicitation will be issued on, or about, 27 June 2006 with proposals due by 4:00 p.m., local time, 18 July 2006. Solicitation documents, plans and specifications will only be available on the Federal Technical Data Solution (FedTeDs) system webpage at https://www.fedteds.gov. Interested parties must register as a Vendor with FedTeDs before accessing the system. In o rder to register as a Vendor in FedTeDS, offerors must be registered in the Central Contractor Registration (CCR) system (http://www.ccr.gov). Interested offerors can access the data for this solicitation through the hyperlink established in the Federal B usiness Opportunities (FedBizOpps) system (http://www.fedbizopps.gov) announcement, which will redirect to the solicitation-specific data in FedTeDS. Registration for updates to plans and specifications should be made on the FebBizOpps webpage for this so licitation. The FedTeDs system does not allow for offerors (etc.) to perform a search for solicitation data. All searches can be performed through the FedBizOpps system. Offerors may view and/or download the solicitation and all amendments from the FedTeDs web page on (or after) the issue date. Hard copies will not be available. No written or fax requests will be accepted. It is the offerors responsibility to monitor t he FedTeds web site for any amendments. Offerors are r esponsible for printing copies of the RFP and any amendments. Bonding is not required. All contractors are required to be registered in the DODs Central Contract Registery before an award can be made as required by DFARS 204.7300. Information on gettin g registered may be obtained by phoning 1-888-227-2423 or by accessing the following internet website: http://www.ccr.gov. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following internet web site: http://vets100.cudenver.edu.
- Place of Performance
- Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Country: US
- Zip Code: 19107-3390
- Record
- SN01068785-W 20060615/060613221216 (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 |