Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2004 FBO #0773
SOLICITATION NOTICE

N -- Electronic Security System Services (ESS)- Survey, Design, Installation and Integration security systems services; other related services such as Utility Monitoring and Controls Services (UMCS).

Notice Date
1/7/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-04-R-0004
 
Response Due
3/31/2004
 
Archive Date
5/30/2004
 
Point of Contact
Joy.Rice, no calls
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(Joy.Rice@hnd01.usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
The U.S. Army Engineering and Support Center, Huntsville, Alabama is issuing a Request For Proposal (RFP) for awards of contracts to provide Electronic Security Systems (ESS) and related services. The Contractor(s) shall provide world-wide ESS servic es which include, but are not limited to: development of equipment installation engineering plans; providing hardware and software; system testing and check-out; performing minor facility modification required to support equipment installation; interfacing with and installing new data transmission equipment; determining compatibility of new equipment with existing systems; preparing system and component documentation; providing operation and maintenance manuals; providing ESS training; warranting systems; m aintaining and servicing systems; operating and monitoring systems; preparing after action and other reports; and providing as-built installation drawings. The scope also includes other electronic control and data acquisition systems services, such as Util ity Monitoring and Control Systems (UMCS). Additionally, this acquisition may require the handling and generation of classified information. Security requirements appropriate for each site will be delineated in individual task order. The Contractor(s) w ill be required to meet the Industrial Security requirements of the National Industrial Manual (NISPOM) for Safeguarding Classified Information (DOD 5520.22M). The Contractor(s) shall have or be capable of obtaining a facility clearance through SECRET. A ll key personnel designated for work, must have or be able to obtain personnel clearance of SECRET. Some individuals may be required to obtain a level higher than SECRET. The proposed contract(s) type is an Indefinite Delivery/Indefinite Quantity (ID/IQ) , using primarily Firm Fixed-Price (FFP) task orders, and with a limited use of Time and Materials (T&M) task orders. Fulfilling individual requirements for supplies and services will be achieved under the procedures of Federal Acquisition Regulation, Part 16.505(b) (Orders under multiple award contracts), by the implementation of task orders issued under the proposed contracts. Huntsville Center intends to award multiple contracts from this single solicitation. The resulting contract(s) will be awarded wit h a Base Year and four (4) Option Years. It is anticipated that two (2) to five (5) unrestricted ID/IQ contracts will be awarded to qualified business concerns, with an estimated combined total capacity of $300 million dollars over the five (5) years; and that two (2) to four (4) Small Business ID/IQ contracts will be awarded, with an estimated combined total capacity of $200 million dollars over the five (5) years. If there is not an adequate number of responsible responsive small businesses that qualify f or award, the Government reserves the right to move a portion of the total estimated $200 million capacity from the small business awards to the unrestricted awards. Offerors will be required to prepare both a written and an oral proposal. The place of con tract performance is CONUS and OCONUS. Under the resulting contracts, Fair Opportunity requirements under Section 803 of Public Law 107-107 and implementing DFARS guidance will be utilized for award of task orders, with some projects (tasks) being reserve d for competition among the small business awardees and other projects (tasks) being competed on an unrestricted basis. The most applicable North American Industrial Classification System Code (NAICS) is 561621, Installation of Equipment, Miscellaneous (fo rmerly Standard Industrial Classification (SIC) Code 7382, Electronic Security), with the small business size standard being an average of $10.5 million annual receipts in the past three years. Teaming is encouraged, however, any teaming arrangement must r esult in the assembly of a team of qualified, experienced firms with the appropriate personnel to support all aspects of electronic security services. Small Bus iness concerns proposing as primes must satisfy FAR 52.219-14(b) (1), Limitations on Subcontracting. Evaluation factors will be set forth in the solicitation. A pre-proposal conference is planned approximately 15 calendar days after the issuance of the sol icitation. The solicitation will be released electronically through the Internet at http://www.hnd.usace.army.mil/EBS/advertisedsolicitations.asp. No paper copies will be issued. It is the sole responsibility of the interested party to register and download the solicitation. The solicitation will be posted (issued) on or about 15 Februar y 2004. Offerors responding to this announcement must reference RFP W912DY-04-R-0004. Questions should be directed to Ms. Joy Rice, Contract Specialist, Joy.Rice@usace.army.mil, or faxed to 256-895-1197, ATTN: Joy Rice. No telephonic requests or questions will be honored. Answers concerning the solicitation will be issued as an amendment and will become a part of the solicitation. All responsible sources may submit a proposal, which will be considered by this agency. In accordance with DFARS 204.7302, pros pective contractor(s) must be registered in the Central Contractor(s) Registration (CCR) database prior to award of a contract. Lack of registration in the CCR on the part of an offeror will make an offeror ineligible for award. Offerors may obtain inform ation on registration and annual confirmation requirements by calling (888) 227-2423 or via the Internet at http://www.ccr.gov//. See Numbered Note 2.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00499884-W 20040109/040107212027 (fbodaily.com)
 
Source
FedBizOpps.gov 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.