SOURCES SOUGHT
C -- SECURITY ENGINEERING
- Notice Date
- 11/4/2008
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, Attn: CENWO- CT, 1616 Capital Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-08-S-S005
- Archive Date
- 12/17/2008
- Point of Contact
- John D Denning,, Phone: 402-995-2053, Melvin E Vogt,, Phone: 402-995-2067
- E-Mail Address
-
john.d.denning@usace.army.mil, Mel.E.Vogt@usace.army.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Response to this RFI is strictly voluntary and will not affect any firm or corporations ability to submit an offer if and when a solicitation is released. There is NO bid package or solicitation document associated with this RFI. The RFI information is for planning purposes ONLY. It does not constitute a commitment implied or otherwise that a procurement action will be issued. NO entitlement to payment by the Government of direct or indirect costs or charges will arise from or be the result of the voluntary submission by contractor's of their information. Any information submitted by contractors' considered by them to be proprietary must be properly marked. Properly marked proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. The purpose of this RFI is to gain knowledge of interest, contractor capabilities, and contractor qualifications of those interested and responding. Firms responding must also be able to pass all security checks necessary to perform work on a Government owned or operated military installation or facility, have insurance and meet other regulatory requirements to gain access to military installations or facilities. Firms having key employees with secret security clearances are desirable. The Omaha District, U.S. Army Corps of Engineers, on behalf of the Protective Design Center of Expertise, is seeking information through this RFI about potential business sources, Small Businesses, interested and capable of providing Security Engineering under the North American Industry Classification System (NAICS) code 541330, Architect and Engineering Services having a small business size standard of $4.5 Million Dollars. Sources interested in this RFI announcement as Security Engineering Service providers should have a background and experience in performing design and analysis services related to: blast loads on structures and structural elements, progressive collapse, vulnerability assessments to meet security engineering standards with reduced standoff distances, and ammunition and explosive safety standards. Types of services required will include concept design, final design, construction phase services, site investigations, studies, reports, and criteria development at locations throughout the Continental United States, CONUS, including Alaska and Hawaii and OCONUS (outside the United States). Interested A-E Service providers are required to provide, in a two (2) to six (6) page document, demonstration of recent, specialized experience of the responding firm, and its sub-consultants in the following: (1) blast design and analysis of structures and structural elements, (2) progressive collapse, (3) vulnerability assessments to meet security engineering standards with reduced standoff distances, and (4) ammunition and explosive safety standards Based on qualifications, capacity to perform, and a capacity statement received in response to this RFI announcement a future acquisition may be solicited. All Small Business Community members, (Small Business (SB), Small Disadvantaged Business (SDB), including Section 8(a) participants, Women Owned Small Business (WOSB), Historically Utilized Business Zone (Hub Zone), Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) are encouraged to respond to this notice. An indefinite delivery indefinite quantity type contract may be awarded under a future announcement with a contract value of $5 Million Dollars having a maximum duration of five (5) years, consisting of a base year of 1 year and four (4) one year option periods to be exercised at the discretion of the Government. Contractors must be established and registered in the Central Contractor Registration (CCR) system. Note that in accordance with the Federal Acquisition Regulation FAR 52.219-14, Limitations on Subcontracting, the prime contractor is required to perform at least 50% of the labor with its own employees. All responses to this RFI shall be mailed to the following address: U. S. Army Corps of Engineers, Omaha District, CENWO-CT-M (Denning/Vogt), 1616 Capitol Avenue, Omaha, NE 68102-4901 or emailed to John.D.Denning@usace.army.mil, Phone (402) 995-2053 or Mel.E.Vogt@usace.army.mil, Phone (402) 995-2067, to arrive no later than close of business (COB) December 2, 2008. Close of business is considered to be 4:30 PM CST (Omaha Time).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9fb7f86f2b5d257aaed0a3bf9fac0ff&tab=core&_cview=1)
- Place of Performance
- Address: Continental United States, CONUS, including Alaska and Hawaii and OCONUS (outside the United States)., United States
- Record
- SN01700543-W 20081106/081104215047-a9fb7f86f2b5d257aaed0a3bf9fac0ff (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |