Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2018 FBO #6130
SPECIAL NOTICE

41 -- UMCS IV MATOC Extension - Performance Work Statement

Notice Date
9/3/2018
 
Notice Type
Special Notice
 
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
PANHES-18-P-017611
 
Point of Contact
Gloria J. Harris, Phone: 2568951835
 
E-Mail Address
gloria.j.harris@usace.army.mil
(gloria.j.harris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement The United States Army Corp of Engineers (USACE) Huntsville Center intends to extend the ordering period of the Utility Monitoring and Control System (UMCS) IV Multiple Award Task Order Contracts (MATOC) through 24 February 2022. The current UMCS IV MATOC has a base period of three years and two 12-month option periods and is currently scheduled to expire on 24 February 2020. There are a total of five (5) small business firms and eight (8) large business firms in the UMCS IV MATOC Restricted and Unrestricted Pools. This action is being executed in accordance with FAR 6.302 - Circumstances Permitting Other Than Full and Open Competition and FAR 52.217-8 - Option to Extend Services. This action will allow program continuity and critical mission support while allowing the necessary time to complete ongoing efforts associated with the competitive follow-on procurement. The purpose of the current contracts are to provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to perform the procurement and installation of 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. These services include those actions required to preserve and maintain the systems in such a condition that they may be effectively used for their designated functional purpose. Awarding to another source while the competitive process for a follow-on contract is occurring would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. In addition, award to another source while the competitive process for the follow-on contract is ongoing would also not allow for a sufficient phase-in period, thereby affecting the continuity of services and causing unacceptable delays in fulfilling USACE's requirements. This proposed contract modification will provide continued services for UMCS IV MATOC. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and a written solicitation will NOT be issued. This announcement constitutes the only notice by the Government, and is a Special Notice ref. PANHES-18-P-017611. The Government is planning to review the Special Notice responses received as a result of this announcement. Should the Government determine that there is a more efficient means of ensuring continued services other than a modification to extend the current UMCS IV MATOC, the Government reserves the right to pursue the alternate approach. Any interested firm that believes it can meet the requirement in a manner that is more efficient than a contract modification to extend the period of performance on the current UMCS IV MATOC must respond in writing, in the form of a capability statement and address the questions below with a clear and concise response which articulates the ability to comply with the requirements outlined above. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. All responses concerning this Special Notice shall be emailed to Gloria Harris email gloria.harris@usace.army.mil not later than 2:00 PM Central Time on 17 September 2018. Oral communications are not acceptable in response to this notice Offer's response to this notice shall be limited to 20 pages and include the following: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Attachment: Performance Work Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/PANHES-18-P-017611/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN05068401-W 20180905/180903230039-ae158c74b239c01bfafaf785c5df9944 (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.