Search Contract Opportunities

USACE Advanced Contract Initiative (ACI) Temporary Emergency Power (TEP)   3

ID: W911WN22R3007 • Type: Presolicitation
If You Don't Win This Contract, We Know Who Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

Posted: March 20, 2023, 9:51 a.m. EDT

***The solicitation has been posted on SAM.gov. While in Contract Opportunities on SAM.gov, recommend searching the solicitation number of W911WN22R3007 or search title of USACE Advanced Contract Initiative (ACI) Temporary Emergency Power (TEP) and select the action that indicates Notice Type: Original Solicitation .***

This is a presolicitation notice in accordance with Federal Acquisition Regulation (FAR) 5.204. This presolicitation notice is being posted at least 15 days prior to the release of the solicitation in accordance with FAR 5.203(a).

The Pittsburgh District of the U.S. Army Corps of Engineers (USACE) will require contract service support for temporary emergency power (TEP) in response to natural and man-made disasters in the United States and its territories. USACE uses the Advance Contract Initiative (ACI) TEP to fulfill its mandate to support the Federal Emergency Management Agency (FEMA) during Disaster Declarations. The contractor shall be responsible to perform services in the following areas: assessing power requirements, installing diesel powered emergency generators (5 kW to 3MW), fueling, operating, maintaining, and repairing generators at critical public facilities. Critical public facilities are defined as facilities that provide lifesaving (i.e., hospitals, medical centers, 911 centers, police and fire stations), life sustaining (i.e., water and sewage infrastructure, assisted living facilities, shelters and meal centers) and other facilities as requested by the state or territory in need of disaster relief. The contractor must be able to have its full complement of resources, personnel, and equipment on site within 21-24 hours after receiving a task order/mission assignment.

Four separate single-award Firm Fixed Price Indefinite Delivery Requirements contracts will be awarded with a value of $75,000,000 each. The period of performance for each contract is anticipated to be a one-year base period with four one-year options. Each contract is responsible for a distinct geographic area composed of FEMA Regions.

Quadrant I 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 Outside the Continental United States (OCONUS) Region II. The Government's realistic estimate of the total requirements over 5-years is $75 million.

Quadrant II will include FEMA Regions IV and V (Alabama, Florida, Georgia, Illinois, Indiana, Kentucky, Michigan, Minnesota, Mississippi, North Carolina, Ohio, South Carolina, Tennessee, and Wisconsin). The Government's realistic estimate of the total requirements over 5-years is $75 million.

Quadrant III 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). The Government's realistic estimate of the total requirements over 5-years is $75 million.

Quadrant IV will include FEMA Regions IX and X (Alaska, Arizona, California, Idaho, Hawaii, Nevada, Oregon, and Washington) and OCONUS Regions II and IX. The Government's realistic estimate of the total requirements over 5-years is $75 million.

The anticipated solicitation date is estimated to be mid March 2023 with a proposal due of 30 days after posting. Contractors may submit a proposal for any or all quadrants. In accordance with FAR Part 15, the source selection method will be a trade-off to determine best value. This procurement will be conducted on an unrestricted basis.

Posted: March 6, 2023, 2:09 p.m. EST
Posted: Feb. 7, 2023, 2:54 p.m. EST
Posted: Jan. 4, 2023, 9:30 a.m. EST
Posted: Nov. 29, 2022, 11:09 a.m. EST
Posted: Nov. 10, 2022, 9:27 a.m. EST
Posted: Aug. 30, 2022, 11:36 a.m. EDT
Posted: Aug. 2, 2022, 5:16 p.m. EDT

Overview

Response Deadline
None
Posted
Aug. 2, 2022, 5:16 p.m. EDT (updated: March 20, 2023, 9:51 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
86%
Vehicle Type
Indefinite Delivery Contract
On 8/2/22 USACE Pittsburgh District issued Presolicitation W911WN22R3007 for USACE Advanced Contract Initiative (ACI) Temporary Emergency Power (TEP). The opportunity was issued full & open with NAICS 238210 and PSC J059.
Primary Contact
Name
Zachary Garst   Profile
Phone
(412) 660-5640

Secondary Contact

Name
Leanna Lesefka   Profile
Phone
(412) 395-7549

Documents

Posted documents for Presolicitation W911WN22R3007

Opportunity Lifecycle

Procurement notices related to Presolicitation W911WN22R3007

Award Notifications

Agency published notification of awards for Presolicitation W911WN22R3007

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W911WN22R3007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W911WN22R3007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W911WN22R3007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT PITTSBURG
FPDS Organization Code
2100-W911WN
Source Organization Code
100221359
Last Updated
May 1, 2023
Last Updated By
melissa.r.harlon@usace.army.mil
Archive Date
May 1, 2023