Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2017 FBO #5532
SOURCES SOUGHT

41 -- Utility Monitoring and Control Systems

Notice Date
1/13/2017
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-17-R-0014
 
Archive Date
2/28/2017
 
Point of Contact
Brooklyn Wherry, Phone: 2568958105, Raven A. Nall, Phone: 2568951319
 
E-Mail Address
Brooklyn.S.Wherry@usace.army.mil, Raven.A.Nall@usace.army.mil
(Brooklyn.S.Wherry@usace.army.mil, Raven.A.Nall@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified small and large business sources under the anticipated North American Industry Classification System (NAICS) 541512, Computer Systems Design Services. The small business size standard is $27.5 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies and responses will not be returned. 1. CONTRACT INFORMATION: The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) is seeking qualified firms to procure and install Utility Monitoring and Control Systems (UMCS) in anticipation of awarding the fifth generation (UMCS V) of multiple indefinite delivery indefinite quantity (IDIQ) contracts for the UMCS program. CEHNC anticipates awarding contracts for a four-year base period and three one-year option periods. The anticipated program capacity shared by all awarded contracts is approximately $2.75 billion. The Government intends to procure this as a full and open acquisition with a portion set-aside for small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, Small Disadvantaged Business, Woman Owned, Minority, Native American and/or Service Disabled Veteran Owned). Interested small business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions below. If no experience or capabilities are associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining what part, or all, of the acquisition will be set-aside for small business competition. 2. PROJECT INFORMATION : The Government's objective is to procure and install systems which are compliant with the United States of America's Government Regulations, U.S. National Codes and applicable industry standards. Due to the evolution and constant advancement in the fields of electronics and software, the Government will require procurement of state-of the art systems. Effective testing based on meeting regulations and standards of the installed systems is a requirement of UMCS. The UMCS work consists of but not limited to UMCS and similar services such as Heating, Ventilating, and Air Conditioning (HVAC) Systems to include chiller/boiler systems installation and/or integration; Building Automation Systems (BAS); Supervisory Control and Data Acquisition (SCADA) Systems, and other Automated Control Systems including Fire Alarm Safety (FAS) systems, chemical / biological / radiological contaminant detection / filtration / response, utilities (electric/gas/water/steam) metering; Electronic Security Systems (ESS); and security and/or force protection measures such as, but not limited to, barriers, fencing, gates, window treatments, hardening, and lighting worldwide. Work will be accomplished through performance based work statements stating the measurable performance standards and the terms of the required results. This acquisition may require the handling and generation of classified information. This support may call for extensive domestic and foreign travel. The contractors and sub-contractor personnel shall be able to obtain necessary security clearances and visas/passports. 3. SUBMISSION REQUIREMENTS: Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 ½" X 11" pages. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. Computer files must be compatible with Microsoft Word 2017. Submit responses via email to Brooklyn.S.Wherry@usace.army.mil. Submission shall be received no later than 2:00 P.M. Central Time, Monday, February 13, 2017. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Raven Nall, Contracting Officer at (256) 895-1319 (Raven.A.Nall@usace.army.mil) or Brooklyn Wherry, Contract Specialist at (256) 895-8105 (Brooklyn.S.Wherry@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.   CAPABILITIES QUESTIONNAIRE SECTION 1: GENERAL 1.Business Name:(Insert Business Name) 2.Business Address:(Insert Business Address) 3.Cage Code: 4.NAICS Code(s) (submit all that apply): { } 541512, Computer Systems Design Services NOTE: If you feel the above NAICS Code is not sufficient for this acquisition, please provide your recommended NAICS code with an explanation. 5.Responsible Point of Contact: 6.Check All That Apply: Our firm is a { } 8(a) small business, { }service-disabled veteran-owned small business, { } HUBZone small business, { } Small Disadvantaged Business, { } Woman Owned, { } Minority, { } Native American, { } Small Business. SECTION 2:CONTRACTOR ARRANGEMENT 1.Our firm will be proposing on this project as a: { } Sole Contractor { }Prime Contractor (if small business) performing at least 50% of the work with subcontractor(s), { } Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or { } Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) SECTION 3:CAPABILITY 1.Has your company ever performed or is in the process of performing work involving UMCS and similar services such as HVAC Systems to include chiller/boiler systems installation and/or integration; BAS; SCADA Systems, and other Automated Control Systems including FAS systems, chemical / biological / radiological contaminant detection / filtration / response, utilities (electric/gas/water/steam) metering; ESS; and security and/or force protection measures such as, but not limited to, barriers, fencing, gates, window treatments, hardening, and lighting worldwide. The associated services will typically include, but not limited to, either Procure & Install (P&I) or Maintenance & Service (M&S) contracts. This experience can be either with Government or Private Industry and shall be within the last 3-5 years. If so, please provide the information below for each project. (request a combination of P&I and M&S projects be included if available) a. Contract Agency with Reference Point of Contact: b. Contract Number: c. Task Order Number (if applicable): d. Role: Prime or Subcontractor (If your performance was through subcontract or joint partnership, indicate the percentage of work for each partner for each element of service provided.) e. Award Amount: $ f. Contract Price Structure (Fixed Priced, Cost Reimbursable, Time & Materials, Hybrid (explain)): g. Project Name: h. Location of Project: i. Description/Scope of Project: 2.Does your company have the personnel with the capabilities and qualifications to provide and install UMCS related projects as indicated above? If so, please provide the number of qualified key personnel, their disciplines and certifications, minimum and maximum years of experience and the average years of experience. 3.If awarded a contract, our company has the resources and is capable of performing/delivering simultaneously under an indefinite Delivery/Indefinite Quantity Contract (please select one) { } 1 order { } 2-5 orders { } 6-10 orders { } 11-15 orders { } 16-20 orders { } 21-30 orders { } 30+ orders Please also state the average number of projects that your company is working at one time, as it relates to the UMCS scope in Question 2. 4.If awarded a contract, the maximum aggregate contract capacity our firm can adequately perform is Response: tiny_mce_marker____________ Please provide the required information from Question 2, or reference the project included in Question 2, for the contract with the maximum aggregate contract capacity that your firm has been awarded over the last 3-5 years as it relates to the UMCS scope in Question 2. 5.Are there certain portions of the work that your firm would typically subcontract out? For service contracts, does your firm have the capability to perform 50% or greater of the work on an awarded project? 6.Does your company have the capability to manage the site specific equipment requirement determinations, site specific design requirements, equipment acquisitions, site logistics, subcontractor selection /management and quality control processes to complete the work in a cost effective, timely, and contract conforming manner? Please provide a brief description on how you manage these requirements in a project. 7.Does your company have experience in providing and maintaining an effective quality control program? Provide examples. 8.Does your company have experience in providing and maintaining an effective safety program? Provide examples. 9.Does your firm have the ability to work anywhere in the Contiguous United States, as well as Alaska, Hawaii, all U.S. Territories and possessions and overseas locations Outside of the Contiguous United States including but not limited to Germany, Italy, Korea, United Kingdom, Kuwait, Guam, Malaysia, and Japan? Are there any regional limitations where you cannot work? Please provide examples of locations Outside the Contiguous United States where your firm has worked. 10.Provide specific details of your firm's ability to perform task orders both inside the Contiguous United States and Outside the Contiguous United States simultaneously. 11.Does your firm possess or have the ability to obtain a facility clearance up to the SECRET level?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-17-R-0014/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04371219-W 20170115/170113233853-cf312f55e7742e1afb8c60ff855234f9 (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.