SOURCES SOUGHT
C -- Request for Information (RFI) for Contractor Engineers to Support the Technical Assessment Directorate (TAD) on Assessment Projects in Afghanistan.
- Notice Date
- 11/23/2010
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-11-T-0012
- Response Due
- 12/11/2010
- Archive Date
- 2/9/2011
- Point of Contact
- Tiffany R Myers, 7034280424
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(tiffany.myers3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for for Contractor Engineers to Support the Technical Assessment Directorate (TAD) Assessment Projects in Afghanistan. PURPOSE: This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). The Government is issuing this RFI in an effort to understand market availability and technical expertise for Contractor Engineers to Support the TAD Assessment Projects in Afghanistan. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE: This Sources Sought Synopsis is interested in vendors with the required expertise in Military Construction (MILCON), engineering, technical assessments and ability to travel to Afghanistan should submit responses. Affirmative responses must be received by 11 December 2010 by 2:00 PM Eastern Standard Time, to be included in this solicitation. BACKGROUND: Department of Defense Office of the Inspector General (DoD OIG) Technical Assessment Directorate (OP-TAD) is responsible for providing technical and engineering assessments in support of DoD OIG activities. The Technical Assessment Directorate (TAD) plans to perform assessments of Military Construction (MILCON) projects in Afghanistan. The assessments will be focused into three categories, 1) the assessment of the specific military construction projects; 2) the life, health and safety assessments of cross cutting areas, i.e., the fire suppression systems, compliance with National Electrical Code (NEC), water supplies and water sewage systems; and 3) the review of the technical requirements for new construction projects. Examples of projects that could be selected for the assessments include: the Communication Systems Facility, Power Plant, ammunition supply Point, Consolidated Compound, Rotary Wing ramps, Contingency Housing, Aviation Maintenance Facilities, Fuel Storage and Distribution System, and Hospital. OBJECTIVE/SCOPE: Interested vendors are requested to submit a maximum 10 page statement of their knowledge and capabilities to perform the following objectives for the anticipated TAD Assessment Projects in Afghanistan: 1.The contractor must show/demonstrate experience in the following areas: a.Fire protection systems to address life and safety of occupants from fire or similar emergencies, f re pumps, automatic sprinkler systems, local fire alarm, smoke detection, wet chemical fire extinguishing system, water distribution system, seismic protection for mechanical equipment, lightning protection system, etc. b.National Electrical Code (NEC) to adress life, health, and safety issues compliance with standards, codes, regulations and requirments referenced in the statement of work to include: electr cal d str but on system, underground, nsulated w re and cable, nstallat on of un nterrupt ble power supply system, nter or d str but on system - wiring and cabling, electrical panel sw tchboards and sw tchgear, nter or l ght ng, exter or l ght ng, bas c electr cal mater als and installation, d esel generator set stat onary, etc. c.Water and wastewater treatment to address life, health, and safety issues to ensure compliance with National Pollutant Discharge Elimination System permit requirements to control water pollution at the regulating points such as pipes or man-made ditches. Other issues may include evaluation of water and wastewater system capacity, system reliability,operation, maintenance, and rehabilitation of water and wastewater treatment plants, water transmission and distribution system, water well system specifications, plumbing, sanitary sewers, foundation drainage system, storm drainage, and prefabricated biochemical wastewater treatment plants. d.Mechanical structural and framing, thermal insulation for mechanical systems, masonry, structural steel, miscellaneous metal, lam nate clad arch tectural casework, board and block nsulat on, metal roof panels, flash ng and sheet metal, jo nt sealants, etc. e.Building structure, steel doors and frames, wood doors, blast resistant tempered glass windows, door hardware, ceramic / porcelain wall and floor tile, acoust cal ce l ngs, roll type res l ent floor ng carpet, to let and shower part t ons, wall and corner guards, to let accessor es; etc. f.Water and plumbing, low temperature water heating system, low pressure water heating boilers; etc. And Water distribution, water well specification, sanitary sewers, foundation drainage system, storm drainage, prefabricated biochemical wastewater treatment plant, etc. g.Direct digital control for HVAC, testing, adjusting, and balancing of HVAC systems, air handling units, unitary air conditioning equipment, air supply, distribution, ventilation, and exhaust systems, etc. h.Soil compacting, foundat on preparat on, demol t on, clear ng and grubb ng, earthwork, excavat on, f ll ng and backf ll ng for bu ld ngs, excavat on, trench ng, and backf ll ng for ut l t es systems, concrete re nforcement, cast- n-place structural concrete; etc. i.Vulnerability assessment to include detailed analysis of the potential impact of loss from an explosive, chemical, or biological attack. Make recommendation on implementation of structural upgrades to the building, wall, roof, and/or windows. 2.The contractor must show experience in technical assessments focusing primarily on civil, mechanical, electrical, and construction engineering issues and be able to provide technical and professional counseling and guidance to TAD engineers in those areas. 3. The contractor must show the ability to carry out investigations within broad areas and collect, assemble, and compile data for analysis, tabulation, tables, charts, and graphs. As well as, originate and develop proposed findings and recommendations resulting from evaluations. 4.The contractor must show proficiency in preparing and submitting written and/or oral reports of analysis and assessments that may be included in TAD reports; and develop and support briefings and indoctrinations to DoD personnel, industry associations, and representatives of industry and government. 5.The contractor should show an understanding of the Afghanistan MILCON environment. 6.The contractor should be able to provide Senior Engineers/Consultants that possess a bachelor's degree or above in the engineering or science field, or its equivalent, and with at least 8 years' of related working experience in the field of specialization upon obtaining the bachelor's degree. A master's degree or PhD is helpful, and may be substituted for the work experience requirement. A PE license and/or professional certification or other relevant credential is preferred, but is not mandatory. And be able to apply mature engineering knowledge in planning and conducting projects with a scope for independent accomplishment and coordination of the difficult and responsible assignments. 7.The contractor shall be able to provide 12 engineers for one (1) year to support the project. 8.The contractor shall be able to support duty locations OCONUS in Afghanistan. 9.The contractor shall provide own office space. 10.The contractor shall provide no more than five (5) examples of previous work demonstrating the ability to perform the work outline in the objectives. 11.The contractor shall provide a work plan managing five multiple projects; consisting of at least 2 weeks in country. 12.The contractor shall submit costing estimates which includes estimated travel costs to country, wages for work performed in hazardous work environment and any other cost associated with duties performed in a hazardous environment. SECURITY CLEARANCE: This effort involves the contractor having access to FOUO, Confidential and classified information/material. The contractor shall provide personnel with clearances up to the "TOP SECRET" level for some tasks which are identified and SECRET for all others. RESPONSES: Responses to this RFI are to be submitted via email to Willie.spivey@dodig.mil - no later than 11 December 2010 by 2:00 PM Eastern Standard Time. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. POINT OF CONTACT: Willie Spivey, 703 604-9245, Willie.spivey@dodig.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b9c7a0cbe3de18271245e9849ad68fa4)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Zip Code: 20310-5200
- Record
- SN02332928-W 20101125/101123234520-b9c7a0cbe3de18271245e9849ad68fa4 (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 |