Search Contract Opportunities

Worldwide Power Contingency Response   4

ID: W912BU-10-R-0020 • Type: Solicitation

Description

Please mail or hand delivery proposals. Proposals may be mailed to 100 Penn Square East, Wanamaker Bldg, 6th Floor, Philadelphia, PA, Attn: Karyn Price. Or by hand delivery to Karyn Price or Edward Boddie in the Contracting Office, 100 Penn Square East, Wanamaker Bldg, 6th Floor, Philadelphia, PA. Please call Karyn Price, 215-490-4619 or Edward Boddie 215-656-6786 with any questions regarding delivery of proposals.
A pre-proposal workshop for Worldwide Power Contingency Response contract will be held Tuesday, 22 June 2010, 9:00am eastern time. The meeting will be held at Philadelphia District, 100 Penn Square East, Wanamaker building, 6th Floor, Philadelphia, PA 19107, in the USACE Main Conference Room on the 6th Floor. All questions regarding the solicitation/RFP will be answered at this pre-proposal meeting along with any additional questions. All questions submitted prior to and during the workshop will be answered by amendment to this solicitation and will be posted on Fedbizops. Offerers do not need to be in attendance at the workshop to have their questions answered. All questions regarding this solicitation are due by 9am on Tuesday, 22 June 2010.
Please contact Thomas Gibison by email at thomas.m.gibison@usace.army.mil with any questions regarding WWP solicitation, W912BU-10-R-0020.
This requirement is for the worldwide provision of temporary power services in support of Worldwide Contingency Response by USACE. According to the U.S. Army Corps of Engineers Campaign Plan for 2010, USACE will be ready for all contingencies by providing support to a combat and disaster operations through forward deployed and reach back capabilities. The contractor shall provide equipment and support services for war time contingencies and disaster relief situations all over the world. Depending on the situation, need and location, that contractor will be required to provide labor, lease of equipment, lease of plant and O&M (operation and maintenance). This requirement will be for a base year plus four 12 month option years.
The services to be acquired include temporary power of rental generators, lease of power plants, and labor for electrical support services. Many of the military base commands are in need of electricity for critical installation support facilities in support military operations.
The acquisition will be a MATOC (multiple award/task order contract). We anticipate making approximately three (or more) awards to three (or more) different contractors. The awardees will all represent the best value to the government. The government intends to issue three multiple IDIQ (indefinite delivery, indefinite quantity) type contracts. The contract ceiling will be $500ML total for all awards.
The SSP (Source Selection Plan) defined best value to be the offerers that would be most advantageous to the Government on the basis of the following factors: Technical Capability, Performance Risk, Past Performance and Price. The technical factors, when combined, are equal. The technical factors are more important than price. However, price remains a significant factor.
Prices will be evaluated utilizing a pricing matrix. Two sample task orders will be included in the solicitation for evaluation purposes. One sample task order will represent a conflict environment and the second sample task order will represent a disaster response mission. All of these task orders are representative of typical situations that a contractor may be called upon to respond under this contract.
In order to be eligible for award, prices must be submitted on all line items. Failure to submit a price on all line items may cause rejection of the offer. The procurement is being conducted as a best value acquisition under Part 15 of the Federal Acquisition Regulations.
Proposals will be evaluated for completeness in satisfying the requirements of the RFP.
The applicable NAICS 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 Standard Industrial Code (SIC) is 4911, Electric Services (other electric power generation).
The solicitation will be issued on, or about, 15 April 2010 with proposals due by 14 May 2010. Solicitation documents will only be available via the web, hard copies will not be available. Faxed or emailed proposals will not be accepted.
The government will award a contract resulting from the solicitation to the responsible offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specs should be made via FBO Internet homepage. Hardcopies will not be available. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 or more 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://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration (CCR) system at http://www.ccr.gov. Information on getting registered may be obtained by phoning 1-888-227-2423 or on the website. Written and faxed proposals will NOT be accepted. Offers shall be delivered to the US. Army Corps of Engineers, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390 ATTN: Ms. Karyn D. Price. All contractors are required to be registered in the DOD Central Contract Register (CCR) before award as required by DFARS 204.7300.
This procurement is unrestricted.

Overview

Response Deadline
July 2, 2010, 7:00 p.m. EDT Past Due
Posted
June 30, 2010, 5:08 p.m. EDT
Set Aside
None
Place of Performance
WORLDWIDE USA
Source
SAM

Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 2 days, below average for the USACE Philadelphia District.
On 6/30/10 USACE Philadelphia District issued Solicitation W912BU-10-R-0020 for Worldwide Power Contingency Response due 7/2/10. The opportunity was issued full & open with NAICS 221119 and PSC S.
Primary Contact
Name
Karyn D Price   Profile
Phone
(215) 656-6924
Fax
(215) 656-6780

Documents

Posted documents for Solicitation W912BU-10-R-0020

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W912BU-10-R-0020

Award Notifications

Agency published notification of awards for Solicitation W912BU-10-R-0020

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912BU-10-R-0020

Contract Awards

Prime contracts awarded through Solicitation W912BU-10-R-0020

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912BU-10-R-0020

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912BU-10-R-0020

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST PHILADELPHIA
FPDS Organization Code
2100-W912BU
Source Organization Code
100221350
Last Updated
Oct. 14, 2010
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 14, 2010