Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2016 FBO #5174
SPECIAL NOTICE

62 -- DHS PIADC Invitation to Site Visit and Request for Information - DHS PIADC NCIC Form 20150722

Notice Date
1/21/2016
 
Notice Type
Special Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Plum Island Animal Disease Center, 40550 Route 25, Orient Point, New York, 11957-1130, United States
 
ZIP Code
11957-1130
 
Solicitation Number
RFI-DHS-PIADC-Lighting-2016
 
Archive Date
3/1/2016
 
Point of Contact
Robert Marosz, Phone: 631-323-3397, Jessica Wilson, Phone: 202-254-2274
 
E-Mail Address
robert.marosz@st.dhs.gov, jessica.wilson@hq.dhs.gov
(robert.marosz@st.dhs.gov, jessica.wilson@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
DHS PIADC NCIS Form 20150722 Special Notice: Invitation to Site Visit and Request for Information United States Department of Homeland Security Plum Island Animal Disease Center Low Voltage Lighting 1.0 GENERAL 1.1 PURPOSE To conduct a site visit of United States Department of Homeland Security (DHS) Plum Island Animal Disease Center (PIADC). The information exchanged during the site visit will help the Government to develop the Scope of Work (SOW) for procuring and installing low voltage lighting in various locations to enhance visibility for monitoring by site operations staff. 1.2 BACKGROUND DHS is committed to using cutting-edge technologies and scientific talent in its quest to make America safer. The DHS Science and Technology Directorate (S&T) is tasked with researching and organizing the scientific, engineering, and technological resources of the United States and leveraging these existing resources into technological tools to help protect the homeland. PIADC is dedicated to the advancement of knowledge related to and technology for the control and eradication of foreign animal diseases. The mission of this unique research facility encompasses developing vaccines, performing diagnostic testing, and implementing various applied research projects. Located on an island a mile and a half off of the eastern tip of Long Island, New York, PIADC's operations and maintenance (O&M) and environmental requirements present numerous unique issues and challenges. Plum Island is accessible only by Government chartered ferry with scheduled departures and arrivals from Orient Point, New York and Old Saybrook, Connecticut. 1.3 REQUIREMENTS The lighting will need to provide and enhance illumination along selected areas that span approximately 3,092 feet. The lighting will need to allow for assessment of these areas visually and electronically. The lighting will also enhance existing measures and provide a minimum illumination level of 0.2 foot-candles, measured horizontally at ground level, in the isolation zones and appropriate exterior areas within specified perimeters. 1.3.1 The NAICS Code for this project will be 238210, Electrical Contractors and Other Wiring Installation Contractors, however, other similar NAICS Codes may be considered. 1.3.2 Personnel planning to attend the site visit must be United States citizens and be able to submit for a National Crime Information Center (NCIC) background check no later than February 4, 2016. 1.4 NOTICE TO PROSPECTIVE RESPONDENTS This Special Notice is subject to the provisions of Federal Acquisition Regulation (FAR) 52.215-3, and is issued solely for information/planning purposes. This Special Notice does not constitute a solicitation for proposals, a commitment to issue a solicitation for proposals, or the authority to enter into negotiations to award a contract. This Special Notice shall not be considered as an obligation by the Government to acquire any products or services. The Government does not intend to award a contract on the basis of this Special Notice. There is no entitlement to payment of direct or indirect costs or charges by the Government as a result of a Contractor submission of responses to this Special Notice or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any Contractor's input submitted in response to the Special Notice. Responses to this Special Notice will not be returned. The Government recognizes that proprietary information and data may be part of this effort and, if so included, such data should be clearly marked. 2.0 SITE VISIT Interested companies possessing capabilities that meet or exceed the above requirements should submit the following information for all personnel that will attend the site visit. The site visit will be held on February 11, 2016. (The backup or weather day would be February 12, 2016.) No more than three (3) representatives per company will be allowed. 2.1 The following information must be submitted in an e-mail to Contracting Officer Ms. Jessica T. Wilson at Jessica.Wilson@hq.dhs.gov and Contract Specialist Mr. Robert Marosz at Robert.Marosz@st.dhs.gov by February 4, 2016 at 4:00 p.m. Eastern Time (ET). 2.1.1 Full name; 2.1.2 Citizenship (Note: U.S. Citizenship is not mandatory for this site visit); 2.1.3 Country of origin (Note: If other than U.S., submit copy of passport); and 2.1.4 Traveling to Plum Island from Orient, NY, or Old Saybrook, CT. 2.2 The following information must be submitted in an email to PlumIslandSecurity@st.dhs.gov by February 4, 2016 at 4:00 p.m. ET. 2.2.1 Attachment 1, NCIC Form. All personnel attending the Site Visit will need to submit for an NCIC. All information must be entered onto the NCIC Form. One form can be filled out for all personnel from one company. (Note: The NCIC process requires Personally Identifiable Information (PII). Please e-mail this form back to PlumIslandSecurity@st.dhs.gov ONLY. Please DO NOT address or copy this information to any others on any previous e-mail distributions.) 3.0 SUBMISSION OF DOCUMENTATION Interested companies possessing capabilities that meet or exceed the above requirements should submit a capability statement of 10 pages or less (excluding the cover letter), demonstrating its ability to perform the effort described above. The submission shall be prepared in either PDF or Microsoft Word; Single spaced with a minimum 12 point font, and one inch margins. 3.1 The cover letter shall include the following information: 3.1.1 Company or entity Name and Address; 3.1.2 Business Size and Business Size Status (i.e. large, small, small disadvantaged, women-owned small, HUBZone, 8(a), service-disabled veteran-owned, non-profit, e.g. (501)(c)(3).); 3.1.3 Affiliate information: (i.e. parent company, joint venture partners, potential team partners, prime contractor or subcontractors); 3.1.4 Point-of-Contact name, phone number and email address; and 3.1.5. All applicable NAICS Codes of your company. 3.2 The Government reserves the right to contact some or none of the responders to this announcement. All material received will be kept by DHS and will not be returned. No information received will be shared by DHS to contractor support or competitors. No fees will be paid for submission to this announcement. 3.3 Submit your response in a Microsoft Word or PDF format document in no more than ten single-spaced pages, 12 point, Times New Roman font, using a minimum of one-inch margins. The due date for the submission of responses to the RFI is 9:00 AM ET on February 29, 2016. The RFI response should be sent via e-mail to Ms. Wilson and Mr. Marosz at the e-mail addresses above. Any questions related to this site visit and RFI should be submitted via e-mail again to Ms. Wilson and Mr. Marosz at the e-mail addresses above on or before 9:00 a.m. ET on February 18, 2016. 4.0 SUMMARY This is NOT a request for quotes or proposals. This Special Notice is an invitation to a site visit and a RFI and is intended only to identify sources that can provide low voltage perimeter lighting. The information provided in this Special Notice is subject to change and is not binding on the Government. DHS is not obligated to procure any of the services discussed, and release of this Special Notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/PIADC/RFI-DHS-PIADC-Lighting-2016/listing.html)
 
Place of Performance
Address: DHS PIADC, 40550 Route 25, Orient Point, New York, 11957, United States
Zip Code: 11957
 
Record
SN03997018-W 20160123/160121234026-6c6d68b09345fc2514eb239d234d8923 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.