Robert S. Kerr Lock and Dam Powerhouse Electrical Modernization
(1) Action Code: Synopsis (Pre-solicitation Notice) (2) Date: March 13th (3) Year: 2019 (4) Contracting Office Zip Code: 74137-4290 (5) Classification Code: J059, Maintenance and Repair of Electrical ... (1) Action Code: Synopsis (Pre-solicitation Notice) (2) Date: March 13th (3) Year: 2019 (4) Contracting Office Zip Code: 74137-4290 (5) Classification Code: J059, Maintenance and Repair of Electrical and Electronic Equipment (6) Contracting Office Address: USACE/Tulsa District 2488 E. 81st Street Tulsa, Oklahoma (7) Subject: Robert S. Kerr Lock and Dam Powerhouse Electrical Modernization (8) Solicitation Number: W912BV180059 (9) Contract Point of Contact: Bruce E. Hayes (10) IMPORTANT NOTICE: This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2- Synopsis of Proposed Contract Actions in preparation for release of the Request for Proposal (RFP) at a later date. (11) Description: a. This synopsis is for Construction Services prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 5.2, as supplemented with additional information included in this notice. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a contract to replace the four main unit 15kV switchgear line-ups, replace the 480V station service switchgear, replace the unwatering/sump pumps and motors, transformer deluge containment, rehab of transformer fire protection system, replace the governor kidney loop system, and install new Generator Step Up transformers (to be supplied by others), at the Robert S. Kerr Lock and Dam powerhouse. The non-segregated 15kV bus from the generator to the switchgear and from the GSU transformers to the switchgear, draft tube valves, and spiral case valves will also be replaced under this project. The GSU transformer installation will require new transformer deluge containment including transformer pedestal structure modification. The location for this project is at the Robert S. Kerr Powerhouse at Robert S. Kerr Reservoir in Keota, Oklahoma. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. b. The Solicitation Number for this acquisition is W912BV18R0059 and a separate attachment (SF1442) will be issued as a Request for Proposals (RFP). The RFP is planned to be issued in late March to the mid April 2019. The Proposal due date is tentatively planned for the middle of April to mid May 2019 depending on when the actual solicitation is issued. c. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 20 Dec 2018. d. This requirement is being solicited as Full and Open, without exclusion of sources under North American Industry Classification System (NAICS) code 335313 (Switchgear and Switchboard Apparatus Manufacturing) with a size standard of 1,250 Employees. e. IAW FAR 36.204, the Magnitude of this project is between $5,000,000.00 to 10,000,000.00. Offeror is under no obligation to approach the cost magnitude. f. Award will be made as a Firm-Fixed Price construction contract to the vendor that can fulfill the requirements specified in the Statement of Work (SOW). Source selection will be conducted in accordance with procedures described in the FAR, DFARS, AFARS, the DOD Source Selection Procedures (1 April 2016), and the Army Source Selection Supplement (21 December 2012). Award is intended to be made to a single contractor whose proposal is deemed to represent the best value to the Government. Best value will be determined using the tradeoff selection process IAW FAR Part 15.3, Source Selection, and associated supplements, and the instructions and evaluation criteria included under Section 00 22 11 of the solicitation. Price will be evaluated and considered but will not be scored or combined with other aspects of the proposal evaluation. The proposed prices will be analyzed for reasonableness. They may also be analyzed to determine whether they are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the information provided by the Offeror. Additionally, all offers will be analyzed for unbalanced pricing in accordance with FAR 15.404-1(g) and may be rejected if it is determined that the lack of balance poses an unacceptable risk to the Government. Past Performance will be evaluated in accordance with in DFARS 213.106-2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier's past performance history in the Past Performance Information Retrieval System (PPIRS). Special attention will be given to the PSC (J059), (Maintenance and Repair of Electrical and Electronic Equipment) of the construction services being purchased. Award will be made to the supplier whose proposal represents the best value to the Government and that has anything other than an "Unsatisfactory" rating in PPIRS. Davis-Bacon Wage Decision No. OK190027 01/04/2019 OK24 is applicable to this procurement. (Le Flore County in Oklahoma). g. FAR Provisions and Clauses applicable to this acquisition will be provided in the Solicitation SF1442, and are incorporated in their entirety. Each offer is required to fill out and sign the SF1442, Solicitation, and return a signed copy along with their proposal by the closing date and time listed in the Solicitation. h. All proposals shall be submitted electronically in accordance with the instructions listed in the solicitation to Bruce Hayes at Bruce.E.Hayes@usace.army.mil. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due. i. For information regarding this pre-solicitation notice, the USACE Point of Contact is Mr. Bruce E. Hayes (Contract Specialist), 918-669-7277, bruce.e.hayes@usace.army.mil or Mr. Brian Hutchison (Contracting Officer), 918-669-7426, brian.c.hutchison@usace.army.mil. Please email any questions you may have regarding this effort to bruce.e.hayes@usace.army.mil. All questions concerning this pre-solicitation notice must be received no later than 25 March 2019 @ 2:00PM (1400) Central Standard Time. j. All vendors are highly encouraged to attend the Site Visit which will be scheduled in the RFP. (12) Place of Performance: Robert S. Kerr Powerhouse at Robert S. Kerr Reservoir, 29759 Powerhouse Road, Keota, Oklahoma 74941. (13) Set Aside Status: No set aside status. This acquisition be being advertised as Full and Open, without exclusion of sources (14) Period of Performance: The anticipated period of performance is 570 days. (15) Other: "Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO)), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer." SYSTEM FOR AWARD MANAGEMENT REGISTRATION: All contractors are required to register in the System for Award Management (SAM) database before an award can be made. Contractors can obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at https://www.sam.gov. In accordance with FAR 52.204-10, "Reporting Executive Compensation and First-Tier Subcontract Awards," contractors are required to report information on subcontract awards for all awards over $30,000.00. The contract shall follow the instructions and report the required information at http://www.fsrs.gov. The contractor is responsible for notifying its subcontractors that the required information will be made public. Contractors who receive a federal contract in excess of $25,000.00 are required by legislation (FAR 22.1310(b)) 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://www.dol.gov/vets/vets-100.html/.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »