Presolicitation Notice for Power Transmission and Distribution (T&D) Repair Services Multiple Award Task Order Contract (MATOC), located in Puerto Rico
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Aug 11, 2023 02:00 pm EDT
- Original Response Date: Sep 25, 2023 01:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Oct 10, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: PRUSA
Description
Synopsis for: W912HN23R5006 - Power Transmission and Distribution (T&D) Repair Services Multiple Award Task Order Contract (MATOC), Commonwealth of Puerto Rico.
The U.S. Army Corp of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN23R5006 for Power Transmission and Distribution (T&D) Repair Services Multiple Award Task Order Contract (MATOC), located in Puerto Rico. The Contractor shall be responsible for providing Transmission and Distribution (T&D) services to customers of the U.S. Army Corps of Engineers. The T&D services will correct a wide variety of deficiencies at power generation, transmission, and distribution facilities throughout the Commonwealth of Puerto Rico that are owned or operated by Puerto Rico Electric Power Authority (PREPA) or LUMA Energy (LUMA). PREPA and LUMA facilities typically generate power at medium voltages such as 13.8 kilovolt (KV) and typically connect to the power grid at 28 KV, 115 KV and/or 230 KV. Task orders issued under this contract may include, but are not limited to: testing, assessment, diagnosing, repair, replacement, addition, commissioning, of any inoperable, unreliable, undersized, or otherwise deficient components that are necessary for the reliable generation and transmission of power at these facilities.
Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted at this time. The subsequent solicitation will result in an Indefinite Delivery Contract Type (IDIQ) Multiple Award Task Order Contracts (MATOC) with a total shared capacity of $49M. Task orders issued under the MATOC will be firm-fixed price (FFP).
Type of Contract & NAICS: This acquisition will be solicited using FAR Part 15, Contracting by Negotiation and will result in an Indefinite Delivery Contract Type, Multiple Award Task ORder Contract (MATOC). The North American Industry Classification System (NAICS) code is 221121 - Electric Bulk Power Transmission and Control with a size standard of 950 employees.
Type of Set-Aside: This acquisition is being offered as a 100% Total Small Business Set-Aside under NAICS code 221121.
Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 25 August 2023. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted.
Period of Performance: The period of perofrmance including all options is five (5) years after Notice to Proceed.
Scope: The Contractor shall furnish all materials, equipment, supplies, personnel, and all other services required to perform the T&D services outlined in this statement of work and as specifically identified in the individual task orders. The services required by this contract are expected to be limited to the territory of Puerto Rico. Task orders will use performance-based work statements. A PWS structures all aspects of an acquisition around the purpose of the work to be performed and does not dictate how the work is to be accomplished. It is written to ensure that Contractors are given the freedom to determine how to meet the Government’s performance objectives and provides for payment only when the results meet or exceed these objectives. It maximizes Contractor control of work processes and allows for innovation in approaching various work requirements. A PWS emphasizes performance that can be contractually defined so that the results of the Contractor’s effort can be measured in terms of technical and quality achievement, schedule progress, or cost performance.
A PWS will be prepared for each individual task order. The PWS will include specific performance objectives and performance elements. The time frame and specific procedures for each item of work will be described in the individual task order. The description of stated herein provides a general understanding of the Contractor functions to be performed. Individual task orders will contain the specific requirements. Technical requirements described herein in no way limit the activities that may be required under the terms of this contract.
Task orders issued under this contract may include, but are not limited to: testing, assessment, diagnosing, repair, replacement, addition, and/or commissioning of any inoperable, unreliable, undersized, or otherwise deficient components that are necessary for the reliable generation and transmission of power at these facilities. Work may also include the repair, replacement, or addition of ancillary systems at these facilities that support power generation, transmission, and distribution such as metering, monitoring, communications, and site civil services (to include fencing, equipment pads, gravel, etc.).
Solicitation website: The offiical solicitation, when posted, will be available free of charge by electronic posting only and may be found at System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requets for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the SAM website at https://sam.gov.
Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.
Registrations: Offerors shall have and shall maintain an active registration in the following databases:
System for Award Management (SAM): Offerors shall have an shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. If the offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for proposals in response to the forthcoming solicitation is electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No other transmission method (e-mail, facsimile, U.S. Postal Mail, Hand Carried, etc.) will be accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil.
Attachments/Links
Contact Information
Primary Point of Contact
- Jennifer Ford
- jennifer.m.ford@usace.army.mil
- Phone Number 9126525005
Secondary Point of Contact
- Glenda Canty
- glenda.a.canty@usace.army.mil
- Phone Number 9126525030