*** AMENDMENT 0001 ***
BARKLEY POWERHOUSE HVAC ZONE 3 REPLACEMENT:
PURPOSE: THE PURPOSE OF THIS AMENDMENT IS TO:
1. ANSWER QUESTIONS RECEIVED FROM INDUSTRY AND PROVIDE A REVISED STATEMENT OF WORK.
2. PROVIDE A SUMMARY OF CHANGES.
3. ALL OTHER TERMS AND CONDITIONS OF THE SOLICITATION REMAIN UNCHANGED.
1. DESCRIPTION OF WORK: This is a Service-Disabled Veteran-Owned Small Business Set-Aside for the supply of a Replacement HVAC for Barkley Power Plant in Kuttawa, Kentucky
2. TYPE OF CONTRACT: The Government intends to award a Firm-Fixed Price supply contract under NAICS Code: 333415, Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing, Size Standard 1,250 Employees.
3. BASIS FOR SELECTION OF AWARD: Award shall be made to the lowest priced offeror who is determined to be responsible. Quote must meet or exceed the technical specifications and delivery schedule to be considered for award.
4. PLACE OF DELIVERY:
U.S. Army Corps of Engineers (USACE) Barkley Power Plant
8439 US Highway 62 West
Attention: Steven Duncan - steven.j.duncan@usace.army.mil
5. DELIVERY DATE: The completion date for this contract is 120 calendar days from the contract award.
6. QUESTIONS: Questions must be submitted to Bradley Eiras via email at Bradley.M.Eiras@usace.army.mil AND Bridget Passatore via email at Bridget.L.Passatore@usace.army.mil by 2 September 2025 at 11:00AM Central Time. After that time no further questions will be answered.
7. POC FOR COMMUNICATIONS: Any communications regarding this procurement before award must be made via email to the Contracting Branch to Bradley Eiras via email at Bradley.M.Eiras@usace.army.mil AND Bridget Passatore via email at Bridget.L.Passatore@usace.army.mil. Inquiries must identify the solicitation number, the requestor's company name, address, email address, and telephone number to include area code.
Phone calls or requests to arrange meetings at the Nashville District during the solicitation period to discuss project requirements or company's capabilities are highly discouraged and will not be allowed.
8. QUOTE SUBMISSION: Quotes shall be emailed to Bradley Eiras via email at Bradley.M.Eiras@usace.army.mil AND Bridget Passatore via email at Bridget.L.Passatore@usace.army.mil.
Quotes must be received not later than the date stated in Block 8 of the Solicitation.
a. The quote shall include the following elements to be considered for award:
- SF 1449: Filled out by the vendor for: Block 17a, Block 17b (if applicable), Block 30a, Block 30b, and Block 30c
- Acknowledge all SF 30s, Amendment of Solicitation (if applicable).
- CLINS Complete the attached PRICE SCHEDULE. Include the Total Price for all Line Items on page 1 of the solicitation in Block 24.
- In accordance with FAR 52.204-7, System for Award Management, registration is required in the System for Award Management (SAM) database located at www.sam.gov. More specifically, "An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation." (See FAR 52.204-7(b)(1)).
For SAM Customer Service, contact:
Federal Service Desk URL: www.fsd.gov
Hours: 8am - 8pm (Eastern Time) US Calls: 866-606-8220
International Calls: 334-206-7828
DSN: 866-606-8220
IMPORTANT NOTICE: Effective June 29, 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation, or the vendor risks no longer being active in SAM.
Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS).
The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.
To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
(5) Provide business Unique Entity Identifier Number:
(6) Provide business CAGE Code:
(7) Tax Identification Number:
9. APPARENT SUCCESSFUL OFFEROR: The following may be requested from the apparent successful offeror prior to actual award of the contract:
a. A minimum of one (1) banking reference for their firm and a minimum of three (3) past performance references for similar contracted work.
(1) The banking reference should include the financial institution's legal name, complete physical address, a point-of-contact (POC) at the financial institution, the POC's telephone number, and email address.
(2) The past performance references should include firm's name, the contract number, the contract period of performance and/or contract completion date, the contract's aggregate value, a brief description of the project, a POC, the POC's telephone number, and email address.
10. CONTRACTOR FEEDBACK: Help us in BUILDING STRONG. Please provide us with your feedback, comments, and recommendations for improvement by visiting our Interactive Customer Evaluation (ICE) website at: https://ice.disa.mil/index.cfm?fa=cardandsp=110797ands=856
11. 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
12. SITE VISIT
A pre-quote site visit has been organized for August 27, 2025 at 10:00 AM Central Time. Participants will meet at:
USACE Barkley Power Plant
8439 US Highway 62 West
Kuttawa, Kentucky 42055
In order to obtain approval for attendance, site visit participants shall submit a Security / Site Visit Request form to the USACE Contracting Specialist no later than three (3) days prior to site visit scheduled on 27 August 2025 at 10:00 A.M. Central Time.
This will be the only site visit for this project. If you miss the scheduled site visit, no other arrangements will be made due to personnel and time restrictions.
13. QUESTIONS
Questions regarding the Solicitation: W912P525QA043 with the NAICS: 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing must be submitted to Bradley Eiras via email at Bradley.M.Eiras@usace.army.mil.
The deadline to submit questions is 2 September 2025 at 11:00AM Central Time. Any questions submitted will be addressed via solicitation amendment.