Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
SOLICITATION NOTICE

C -- PHOTOVOLTAIC AND WIND ENERGY SYSTEMS

Notice Date
3/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
SALMEC06R0060
 
Response Due
4/25/2006
 
Archive Date
5/1/2006
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations (OBO), anticipates the award of at least two indefinite quantity/indefinite delivery contracts to provide engineering design services worldwide. Each contract shall consist of a one year base period with four one-year optional service periods. The Government guarantees a minimum of $10,000 awarded over the life of each contract. The total amount of services awarded under each contract shall not exceed $400,000 per year. The contract is for professional services including, but not limited to designing a photovoltaic and/or wind energy system for new structures, existing and additions. The contractors shall provide design packages ranging from conceptual design and schematic drawings to full design packages. Conceptual designs shall include economic analysis, including both a simple payback and a life cycle analysis to establish the costs and benefits of completing the project. Tasks may involve travel to diplomatic posts, conducting facility, utility and infrastructure assessments. Projects may involve the Standard Embassy Design (SED). Final drawing sets submitted by contractors must be of sufficient detail such that a general contractor could bid and construct the designed system. The following disciplines are required, at a minimum architectural, structural, civil, mechanical, electrical, energy and plumbing. The offerors must show experience with systems that are connected to an existing electrical grid, connected to a prime power source, connected to an energy storage device or any combination of the three configurations. In order to be eligible to perform under this contract, offerors selected for contract award must possess or be able to obtain a Department of Defense (DOD) Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Specifically designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). Subcontractors who will require access to classified information must also possess a DOD Secret FCL. All offerors shall be required to comply with security requirements as detailed in the NISPOM. If a selected offeror does not possess the necessary FCL, the Department of State shall sponsor the firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months, from selection of the final offeror, shall be allowed for this offeror to obtain the necessary FCL. After this period the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer than two contracts. Firms that form joint ventures, must also comply with the above FCL and personnel security clearance requirements. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 541, et seq.). After short-listing by a Pre-Selection Board, firms may be required to make a presentation to the A/E Council (Selection Board) in Rosslyn, VA. Firms which meet the requirements of this solicitation are invited to submit: (1) seven copies of Standard Form 330, Architect Engineer Qualifications and (2) seven copies of a qualification statement, in Block H of the Standard Form 330, addressing the evaluation factors listed below, one of which should contain an original signature. Firms responding to this announcement on or before the closing date shall be considered for selection. Failure to address each of the evaluation criteria, in writing, shall result in failure to qualify. Additionally, failure to provide the requisite information shall result in failure to qualify. For each project identified in the responses to the evaluation criteria, provide the name, address, telephone number, and e-mail address of a client representative and identify which members of the proposed team participated on the project. Firms responding to this announcement on or before the closing date shall be considered for selection using the following evaluation criteria 100 points maximum: a)Professional qualifications of required disciplines, necessary for satisfactory performance of required services. Organizational ability demonstrated through a written plan to assemble qualified teams consisting of the necessary disciplines to meet the contractual requirements. Such plans include a listing of permanent staff and letters of agreement to hire supplemental personnel if needed and copies of their professional resumes. The project manager proposed must be currently employed by the offeror. The staffing table shall provide details for staffing the following labor categories; Project Manager, Energy Engineer, Electrical Engineer, Mechanical Engineer, Structural Engineer, Architect and Drafter 25 pts. b)Specialized recent experience, within the last three years, and technical competence in photovoltaic and wind electric generation system designs. Design should demonstrate the offerors expertise in systems that are connected to the local grid, a prime power source, an energy storage device and combinations of the three configurations. Documentation should show the approach for the system display to graphically demonstrate the renewable energy produced and the diagnostic tools. Offerors shall demonstrate the ability to work with issues relating to grounding, lightning protection, shielding and bonding. Offorers shall demonstrate expertise in both UL and EU requirements, the differences between these systems and experience negotiating with local utility and code authorities. Offerors shall provide information demonstrating that they have performed rate negotiations with local utilities for renewable energy generating systems. Provide examples of no more than seven projects 25 pts. c) Capacity to accomplish the work in required time. Organizational capability and resources (physical space and personnel) to undertake several projects simultaneously. In addition, the Offerors should discuss their contingency plans to handle capacity overloads 20 pts. d)Quality Management and Control: Submit internal quality control procedures and standards for contract deliverables 10 pts. e) Past performance demonstrating conformance to specifications and compliance with contract terms and conditions; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; responsiveness and business-like concern for the customer; and effective management of subcontractors and key personnel, including timely award of subcontracts and selection, retention, and replacement (when necessary) of key personnel 10 pts. f)Offerors proposals shall demonstrate success in sustainable engineering designs that optimize energy efficiency, minimize detrimental effects to infrastructure and consider local microclimates. Include documentation of any integral part of a photovoltaic or wind energy system that decreased the energy load on the system; including, but not limited to solar hot water and sun shading. Offerors shall demonstrate previous projects that used recycled material and minimized waste 10 pts. Firms responding to this announcement must specifically address each of the above factors under separate headings. Requests for clarification must be submitted, in writing, to Ms. Chrissie Fields, not later than 2:00 p.m., Eastern Standard Time, on April 6, 2006. The email address to submit clarification questions is Fieldssc@state.gov. All SF-330 submittals must be received by 11:00 a.m., Eastern Standard Time, on April 25, 2006. U.S. Postal Service mailing address: Ms. Chrissie Fields, U.S. Department of State, A/LM/AQM/FDCD, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): Ms. Chrissie Fields, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive, Room L-600, Arlington, VA 22209. Note: The Post Office does not deliver to 1701 N. Fort Myer Drive.*****
 
Place of Performance
Address: Worldwide
 
Record
SN01013288-W 20060325/060323212019 (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.