Search Contract Opportunities

W912HN23R5005 - Multiple Award Task Order Contract (MATOC) for Puerto Rico Power System Stabilization, Power Generation Services   11

ID: W912HN23R5005 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 25, 2023, 12:07 p.m. EDT

****Amendment 0003**** Has been included to address industry questions posted to ProjNet.

****Amendment 0002**** Has been included to address industry questions posted to ProjNet.

****Amendment 0001**** Has been indulded to address industry questions posted to ProjNet.

The purpose of this acquisition is to establish a MATOC with a shared capacity of $5 billion, with a five-year ordering period, to accomplish power system stabilization and power generation services under North American Industry Classification System (NAICS) Code 221112 Fossil Fuel Electric Power Generation. The projects to be completed will be the responsibility of the USACE Savannah District. The primary contract focus is on temporary emergency power augmentation and on related repairs of generation facilities to stabilize the PR power system. The work will consist of providing land based temporary generating units (dual fuel LNG/diesel), temporary transformers, control cabling, and installation of equipment. In addition, the work will contain operation of the equipment, including maintenance, fuel, coordination with Puerto Rico Electric and Power Authority (PREPA) and LUMA Energy (LUMA) on operation schedule and connections to their equipment.

The Savannah District (SAS) intends to solicit and award a MATOC on an unrestricted basis and in accordance with the procedures at FAR 15.304(c)(1)(ii) in which award will be made to all qualifying offerors. A qualifying offeror is defined in FAR 2.101 as: an offeror that is determined to be a responsible source, submits a technically acceptable proposal that conforms to the requirements of the solicitation, and the Contracting Officer has no reason to believe would be likely to offer other than fair and reasonable pricing. Price will be a selection factor for all orders placed under the awarded contracts. Under this MATOC, hybrid firm-fixed price (FFP) Task Orders with cost-plus fixed fee (CPFF) elements are anticipated due to the uncertainty and volatility surrounding the cost of the fuel required to power the generators. The CPFF line items will only be used for fuel. FAR 16.103(b) states a firm-fixed-price contract, which best utilizes the basic profit motive of business enterprise, shall be used when the risk involved is minimal or can be predicted with an acceptable degree of certainty. Due to the nature of well-defined performance-based objectives and standards which will be provided at the Task Order level for these services, the risk associated with this well defined work is low and therefore, USACE will utilize a firm-fixed price contract type for that portion of the work. However, the total cost for the Task Order-level power generation requirements is also heavily dependent on fuel costs, therefore fuel costs are the highest cost risk. The petroleum market has been volatile, with large swings in cost in recent history. As a result, the use of both FFP and CPFF elements at the Task Order level aids in the reduction of cost risks to the Government and is further mitigated in two ways. Procurements will be competed at the task order level among the MATOC pool under FAR 16.505 Fair Opportunity ordering procedures. An independent government estimate will be prepared for each task order requirement based upon the PWS for that task order. In addition to the expectation of adequate price competition at the task order level to support price analysis, offerors will be required to submit a detailed cost proposal for any included CPFF CLINs, which will be reviewed during the Fair Opportunity selection process. Cost risks will be mitigated by closely evaluating the cost proposal compared to the independent government estimate for these CLINs, performing cost analysis of proposed man-hours, materials, and subcontractors, and calculating the probable cost of performance or cost realism for these CLINs. This analysis will disclose whether offerors are proposing methods of performance that will unnecessarily increase the cost to the Government for these CLINs. This is information the Contracting Officer will consider in making a task order award decision under the FAR 16.505 Fair Opportunity procedures.

Posted: July 21, 2023, 8:44 a.m. EDT
Posted: July 14, 2023, 9:16 a.m. EDT
Posted: July 5, 2023, 3:43 p.m. EDT
Background
The purpose of this acquisition is to establish a MATOC with a shared capacity of $5 billion, with a five-year ordering period, to accomplish power system stabilization and power generation services under North American Industry Classification System (NAICS) Code 221112– Fossil Fuel Electric Power Generation. The projects to be completed will be the responsibility of the USACE Savannah District. The primary contract focus is on temporary emergency power augmentation and on related repairs of generation facilities to stabilize the PR power system.

Work Details
The Contractor shall be responsible for providing power generation services to customers of the U.S. Army Corps of Engineers. The power generation services consist of rental and delivery of generator units; electrical connection of the generator output to the power grid; installation of new, or modification/repair of existing, power monitoring and control systems; testing and commissioning of the power generation and electrical systems; and operation and maintenance of the installed systems, to include fueling.

Ancillary activities will include the repair, replacement, installation, operation, and maintenance of power transmission components as necessary to connect the contract-supplied temporary power or power generated from other sources to the grid; to monitor, control, and protect new and existing components of the power generation and transmission system; and to improve the stability of the grid. The Contractor shall furnish all materials, equipment, supplies, personnel, and all other services required to perform the services outlined in this contract Scope and as specifically identified in the performance work statement (PWS) as specifically identified in the individual task orders.

Period of Performance
The contract will have a five-year ordering period.

Place of Performance
The services required by this contract are expected to be limited to the territory of Puerto Rico.

Overview

Response Deadline
Aug. 7, 2023, 1:00 p.m. EDT Past Due
Posted
July 5, 2023, 3:43 p.m. EDT (updated: July 25, 2023, 12:07 p.m. EDT)
Set Aside
None
Place of Performance
PR United States
Source

Current SBA Size Standard
950 Employees
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 7/5/23 USACE Savannah District issued Synopsis Solicitation W912HN23R5005 for W912HN23R5005 - Multiple Award Task Order Contract (MATOC) for Puerto Rico Power System Stabilization, Power Generation Services due 8/7/23. The opportunity was issued full & open with NAICS 221112 and PSC W061.
Primary Contact
Name
Jessica M. Stone   Profile
Phone
(502) 315-6137

Documents

Posted documents for Synopsis Solicitation W912HN23R5005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912HN23R5005

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912HN23R5005

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912HN23R5005

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912HN23R5005

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W912HN23R5005

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912HN23R5005

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912HN23R5005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT SAVANNAH
FPDS Organization Code
2100-W912HN
Source Organization Code
100074192
Last Updated
Aug. 22, 2023
Last Updated By
jessica.m.stone@usace.army.mil
Archive Date
Aug. 22, 2023