MODIFICATION
C -- A/E Design SATOC for Communications Engineering Services- Worldwide
- Notice Date
- 10/1/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-18-CommoSATOC
- Archive Date
- 11/16/2018
- Point of Contact
- Travis I. Dunn,
- E-Mail Address
-
travis.i.dunn@usace.army.mil
(travis.i.dunn@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- ****THE SYNOPSIS FOR THIS SOURCES SOUGHT HAS BEEN ISSUED AS SOLICITATION # W912QR18R0049**** ****DO NOT RESPOND TO THIS SOURCES SOUGHT AS THIS MODIFICATION IS ONLY TO UPDATE SO THAT THE CORRESPONDING SYNOPSIS, W912QR18R0049, IS LISTED FOR INTERESTED VENDORS**** A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed action is to provide Communications engineering services utilizing Unified Facilities Criteria 1-200-01 DoD Building Code (General Building Requirements), UFC 4-010-05 SCIF Planning, Design, and Construction, UFC 4-021-01(CHG 1) Design and O&M: Mass Notification Systems, Installation Information Infrastructure Architecture (I3A), SIPRNET Technical Implementation Criteria (STIC)(V7), and 1-201-01 Non-Permanent Facilities in Support of Military Operations, as the basis of design to design and review designs for communications systems for Permanent and Non-permanent facilities. All design documents shall be stamped by a BICSI Registered Communications Distribution Designer (RCDD). The scope includes the design within facilities and/or outside plant, and the design review of communications designs on OSP/service entrance, communications spaces/rooms, pathways and components, cabling [copper/optical fiber], and interconnecting/outlet components necessary to support the infrastructure for voice, data and video systems, including SCIF. Coordination during design will be required. a. Design of Communications systems (Interior Systems & Outside Plant). b. Review of Communications system designs (Interior Systems & Outside plant). Systems to be designed/reviewed will include, but are not limited to, the following: CATV Video Teleconferencing (VTC) Voice Local Area Network (Both passive and Power-Over-Ethernet) Wireless Access Points (WAP) Intercom Electronic Security Systems (ESS) Intrusion Detection Systems Personnel Access Control Systems (PACS) CCTV Protective Distribution Systems for SIPRNET/JWICS - pathways and power supply only Public Address (PA) Mass Notification Systems (MNS) Fire Alarm Systems Interior Communications Systems, to include: Copper and Optical Backbone Pathways/Cabling; Horizontal Pathways/Cabling Communications Systems for SCIFs and classified systems Contract duration is estimated at five (5) years. The estimated total capacity is $9,000,000. NAICS code is 541330. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 22 May 2018 by 10:00 A.M. Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Descriptions of Experience - Interested A/E firms must provide no more Than five (5) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Design or review of design for new construction or renovation of existing facility communications systems. Work shall have included any of the components of communications systems listed in Paragraph 6 above. Projects may have been accomplished for the U.S. Army, U.S. Air Force, U.S. Navy, and the U.S Coast Guard, as well as Foreign Military Sales to Host Nations in the CENTCOM AOR. Work must have been self-performed to qualify as experience. b. Projects similar in size to this project include: A single or multiple building project (either new construction or renovated space) with a minimum of 25,000 SF, and can be single or multi-story. c. Projects similar in location to this project include: Saudi Arabia, Kuwait, Bahrain, Qatar and other geographic locations known as the CENTCOM AOR. d. Based on the information above, for each project submitted, include: 1. Scope of the project including the size and award amounts. 2. Design of Communications systems by an RCDD, current percentage of construction complete and the date when it was completed. May include design review for Communications Systems. 3. The portion and percentage of the Communications Systems project that was self-performed. 4.The scope of the work self-performed. 5. Project Owner point of contact (POC). 6. Owner evaluation of completed work. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Travis Dunn at travis.i.dunn@usace.army.mil. If you have questions please contact Travis Dunn at travis.i.dunn@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Place of Contract Performance: Projects primarily located in Saudi Arabia, Qatar, Bahrain, and Kuwait but could be located in any of the additional sixteen countries that comprise the CENTCOM AOR, as follows: Afghanistan - Oman - Pakistan - Egypt - Iran - Iraq - Jordan - Syria - Kazakhstan - Tajikistan - Turkmenistan - United Arab Emirates - Kyrgyzstan - Uzbekistan - Lebanon - Yemen
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-18-CommoSATOC/listing.html)
- Record
- SN05111415-W 20181003/181001230536-37b6aa855dd6aaebbb76d287be1698c9 (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 |