SOURCES SOUGHT
N -- Utility Monitoring and Control Systems VI Sources Sought
- Notice Date
- 8/31/2023 12:40:43 PM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- W2V6 USA ENG SPT CTR HUNTSVIL HUNTSVILLE AL 35806-0000 USA
- ZIP Code
- 35806-0000
- Solicitation Number
- W912DY-23-UMCS
- Response Due
- 10/5/2023 12:00:00 PM
- Archive Date
- 10/20/2023
- Point of Contact
- Nicholas Sloan, Phone: 256-895-7012, LaSheena Bentley, Phone: 256-895-7704
- E-Mail Address
-
Nicholas.r.sloan@usace.army.mil, Lasheena.T.Bentley@usace.army.mil
(Nicholas.r.sloan@usace.army.mil, Lasheena.T.Bentley@usace.army.mil)
- 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 $34 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. This notice is issued solely for informational and planning purposes and does not constitute a solicitation. CONTRACT INFORMATION: The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) is seeking qualified firms to procure, install, maintain, and service Utility Monitoring and Control Systems (UMCS) in anticipation of awarding the sixth generation (UMCS VI) of multiple indefinite delivery indefinite quantity (IDIQ) contracts for the UMCS program. CEHNC anticipates awarding contracts with a four-year base period and three one-year option periods. Work requirements will be defined in specific task order Performance Work Statements (PWS) under a base contract PWS. Individual task orders will be solicited via Request for Proposal to multiple award task order contract (MATOC) holders as firm-fixed-price competitively selected best-value awards. The anticipated programmatic capacity shared by all awarded contracts is approximately $2.75 billion. The purpose of this sources sought notice is to conduct market research to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Woman Owned Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Businesses, and Other Than Small Businesses. Offerors are requested to respond to the attached questionnaire, which shall not exceed fifteen pages. Based upon the responses received, consideration will be given to defining what part, or all, of the acquisition will be set-aside for small business competition. 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 is 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. Tasks will be completed using performance-based work statements. This acquisition may require the handling and generation of classified information. This support may call for domestic and foreign travel. The contractors and subcontractor personnel shall be able to obtain necessary security clearances and visas/passports. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Interested firms should complete and submit a capability statement via email to Lasheena Bentley, Contracting Officer (Lasheena.T.Bentley@usace.army.mil) and Nicholas Sloan, Contract Specialist at (Nicholas.R.Sloan@usace.army.mil). Submission shall be received no later than 2:00 P.M. Central Time, Thursday, October 5, 2023. Personal visits for the purpose of discussing this announcement will not be scheduled.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e319e3d36e1e4ab8818b86aa5dbb4260/view)
- Record
- SN06815928-F 20230902/230831230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |