United States - Wolf Creek GSU Replacement

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
04 December 2024
Opportunity publication date
07 August 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

View Changes 1. DESCRIPTION OF WORK: This procurement is a Full and Open Competition for Wolf Creek Power Plant, Generator Step Up Units Replacement and Installation as described in the plans, specifications and contract drawings.

2. TYPE OF CONTRACT: The Government intends to award one (1)  Firm-Fixed Price Hybrid Supply-Construction Contract.

3. BASIS FOR SELECTION OF AWARD: The award will be made to the responsible Offeror whose proposal conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government with appropriate consideration given to the seven (7) evaluation factors: Past Performance; Technical Approach; Drawings and Descriptive Data; Efficiency; Manufacturer Experience and Small Business Participation; and Price. Factors are listed in descending order of importance. NOTE: When combined, the non-cost/price factors (Past Performance; Technical Approach; Drawings and Descriptive Data; Efficiency; Manufacturer Experience; and Small Business Participation) are APPROXIMATELY EQUAL to Price.

4. PLACE OF DELIVERY / PERFORMANCE:
980 Power Plant RD
 Jamestown, KY 42629

5. DELIVERY / PERIOD OF PERFORMANCE:
Supply (base) duration - Supply NTP + 1,358 calendar days
The contractor will make delivery of all transformers and any other materials and equipment necessary for transformer installation not later than 1, 358 calendar days after receipt of notice to proceed with supply work, referred to as the Supply NTP.
Construction (option) duration - Construction NTP + 613 calendar days.
The Contractor will not begin on-site construction until the Government has issued the notice to proceed with construction, referred to as the Construction NTP. The Contractor will complete all scope items associated with this contract not later than 613 calendar days after receipt of the Construction NTP. The Government intends to issue the Construction NTP at a time that is mutually beneficial to both the Contractor and the Government but not later than Supply NTP + 1,238 calendar days.

6. PRE-PROPOSAL TELECONFERENCE:

A Pre-Proposal Teleconference will be held on 21 August 2024 at 9:00 AM Central Time to go over the Solicitation requirements.
TEAMS Meeting
21 August 20024 at 9:00 AM Central Time
Meeting ID: 993 517 029 087
Passcode: 5DVVuD
________________________________________
Dial in by phone
+1 503-207-9433,,848332629# United States, Beaverton
Find a local number
Phone conference ID: 848 332 629#

7. QUESTIONS: Prospective Offerors should submit questions concerning this Solicitation through the Bidder Inquiry function in ProjNet at http://www.ProjNet.org/ProjNet. This is USACE’s standard platform for receiving and responding to questions and requests for information. Questions regarding this requirement shall be submitted no later than 5 October 2024. As noted below, Offerors shall not submit their bids via ProjNet. Offerors shall submit their bids in accordance with the provisions stated in the Solicitation.
To submit and review inquiry items, Offerors will need to be a current registered user or self-register into system. Instructions to gain access are listed below.
Project: (Wolf Creek Power Plant) Unit Generator Step-Up (GSU) Power Transformers Installation
Solicitation Number: W912P524R0004
The Bidder Inquiry Key: C4G4PQ-FA2UX9

Instructions for ProjNet Bidder Inquiry Access:
1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
2. Identify the Agency. This should be marked as USACE.
3. Key. Enter the Bidder Inquiry Key listed above.
4. Email. Enter the email address you would like to use for communication.
5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form.
6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.
7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.

Instructions for Future ProjNet Bidder Inquiry Access:
1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in.
2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
3. Identify the Agency. This should be marked as USACE.
4. Key. Enter the Bidder Inquiry Key listed above.
5. Email. Enter the email address you used to register previously in ProjNet.
6. Select Continue. A page will then open asking you to enter the answer to your Secret Question.
7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. From this page you may view all inquiries or add an inquiry. Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by LRN’s technical team.
Offerors are requested to review the specification in its entirety and to review the “Bidder Inquiry System” for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.

NOTES:
1. Offerors shall not submit their bids via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation.
2. Government responses to questions from prospective Offerors concerning the Solicitation that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the Solicitation governs. Any changes or revisions to the Solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the Solicitation; or (c) Notice that a response is not necessary.
3. The ability for prospective Offerors to enter questions in reference to the Solicitation will be disabled ten (10) calendar days prior to the closing date stated in the Solicitation. No Government responses will be entered into the ProjNet system within five (5) calendar days prior to the closing date stated in the Solicitation. Questions regarding this requirement shall be submitted no later than 1:00 PM, 24 August 2023, Central Time.

8. REQUIREMENTS TO VIEW CUI DOCUMENTS

SECURITY: Due to Controlled Unclassified Information (CUI) requirements, only persons approved by security will be permitted to view CUI Docuements. In addition to the information below, please also provide your firm’s name, firm’s CAGE and/or Unique Entity Identifier (known as DUNS) number, and name and position title of primary point-of-contact and their telephone number and email address. Contractors must also "request access" by logging into SAM.gov, locating the solicitation, scrolling to the bottom of the post, and selecting "request access" next to controlled documents. 

U.S. CITIZENS: To register, U.S. citizens interested in accessing CUI Documents shall submit a Nashville District Corps of Engineers (LRN) U.S. Citizen Security Access Form to the LRN Point of Contacts (POCs), Contract Specialist Alison Abernathy and Contracting Officer Dellaria Martin. The form and guidance is available as a pdf attachment on http://sam.gov with this solicitation and is titled U.S. Citizen Security Access Form.

FOREIGN NATIONALS (FNs): All non-U.S. Citizens, including permanent residents wishing to access CUI Documents must be approved in advance. FNs wishing to access CUI Documents shall submit a completed Nashville District Corps of Engineers Foreign National Security Access Form and legible color copies of two (2) of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I- 688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS Form I- 571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POCs. These documents must be submitted two (2) weeks prior to the site visit. FN requests require approval at the Headquarters U.S. Army Corps of Engineers (HQ USACE) level. Exceptions will be considered on a case-by-case basis but will be limited. The form is available as a pdf attachment on www.sam.gov with this solicitation and is titled Foreign National Security Access Form.

LRN POCs for CUI Access: For questions and/or concerns regarding the CUI Documents, please contact Alison Abernathy at Alison.T.Abernathy@usace.army.mil. Please submit all security request forms to Alison Abernathy at Alison.T.Abernathy@usace.army.mil and Dellaria Martin at Dellaria.L.Martin@usace.army.mil. When you send your request form, please put “W912P524R0004 - (Foreign National or U.S. Citizen) Request Form-(Your Company Name)” in the subject line of the email. Please edit the information in parenthesis to match the request form you submit and your company name.

9. PROPOSALS: Quotes shall be submitted through PIEE.gov by 2:00 PM (Central Time) on December, 4, 2024.

10. NIST SP 800-171 DoD ASSESSMENT

In accordance with DFARS 204.7302, Contractors and subcontractors are required to provide adequate security on all covered contractor information systems. Contractors are required to implement National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 by inclusion of clause at 252.204-7012, Safeguarding Covered Defense Information and Cyber incident Reporting, are required at time of award to have at least a Basic NIST SP 800-171 DoD Assessment that is current (i.e., not more than 3 years old unless a lesser time is specified in the solicitation).
SPRS provides storage and access to the NIST SP 800-171 assessment scoring information. To access the NIST SP 800-171 Assessments module, users must be registered in the Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/ and be approved for access to Supplier Performance Risk System (SPRS).
The NIST SP 800-171 DoD Assessment Methodology is located at: https://www.acq.osd.mil/asda/dpc/cp/cyber/safeguarding.html#nistSP800171

Opportunity closing date
04 December 2024
Value of contract
to be confirmed

About the buyer

Address
W072 ENDIST NASHVILLE

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?