Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2007 FBO #2165
SOURCES SOUGHT

C -- Installation Design and Security Services Programs: This acquisition is intended for small business. A portion of this contract may be awarded to 8(a), HUBZone; or Service-Disabled Veteran-Owned Small Businesses.

Notice Date
10/29/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-08-R
 
Response Due
11/5/2007
 
Archive Date
1/4/2008
 
Point of Contact
Jennifer Staggs, 256-895-1745
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(jennifer.l.staggs@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Engineering and Support Center  Installation Support Program Management Division in Huntsville, Alabama (CEHNC-ISPM) intends to solicit and award multiple indefinite delivery indefinite quantity (IDIQ) contracts for its Installation De sign and Security Services Programs. The Government will award this acquisition under the authority of the Small Business set aside program per FAR Part 19. At the convenience of the Government, a portion of this contract may be awarded to 8(a), HUBZone; or Service-Disabled Veteran-Owned Small Business concerns. The Government is performing market research in order to determine if small businesses possess the capability to execute the kind of work identified in this document prior to issuing a request for proposal (RFP). Work requirements would be defined in speci fic Task Order Scopes of Work (SOWs) under a basic contract SOW for the CEHNC-ISPM Architect-Engineer Support Services (AESS, pronounced Aces) contract. If you think that your company has the capabilities to perform the kind of work identified in this document and would like to participate in the CEHNC Installation Design and Security Services Programs market research then provide the information requested in this document. If the Government determines that there are enough qualified 8(a), HUBZone, or Service Disabled Veteran Owned Small Business businesses (SDVOSB) to perform this requirement, the Government may solicit the acquisition solely as 8(a), HUB Zone, or SDVOSB. The Government does not intend to rank submittals or provide any reply to responding businesses. The capacity for this contract is estimated at $12,000,000. The term of the contract is a base year and two option years. The information requested in this document is for market research purposes only. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. If interested please complete the attached survey and return to the contract specialist listed below. Background : The US Army Engineering and Support Center, Huntsville (USAESCH) is a specialized agency of the US Army Corps of Engineers. The Huntsville Center (HNC) mission involve programs that are national or broad in scope; require integrated facilities that cross geographical boundaries; require commonality, standardization, multiple-site adaptation, or technology transfer; require a centralized management structure for the effective control of program development, coordination, and execution. Because of the quali ties and breadth of its mission, HNC has been designated to execute installation management, demolition and security programs, as well as related work that may be developed during the life of this contract. AESS Requirements For the Design and Security Program contract the following capabilities, services, and support are typical of the kind of effort that may be required. The Security Program mission is to centrally manage the planning and execution of providing physical and electronic security at installation access gates; identify current access gate capabilities; improve security and personnel safety; reduce traffic cong estion while maintaining vehicular access control; ensure project implementation costs are reasonable; provide security expertise and support to installations and find means and methods to solve non-typical and special issues. Perform installation securit y evaluation to determine the total installation requirement for physical security. Evaluate and study physical security systems, technology, hardware and software and develop recommendations for application. Following the security evaluation the contractor may be tasked to design a system that satisfies the physical security requirements. The level of detail and format of the design packages may vary dependent upon the complexity of the project. A complete d esign, including a bid schedule, an order of work clause, a co nstruction contractor submittal register, quantity and cost estimated, MCACES construction cost estimates, a proposed construction schedule, design analyses and calculations, a design document report, an engineering considerations and instructions report, and a draft operations and maintenance manual may be required for each project. The contractor may be required to provide program management support, conduct investigations and studies, comprehensive planning, tests, evaluations, technical reviews, design support, package comparison, and consultations; recommend actions; analyze and a ssess data; prepare reports and manuals; develop and/or review of scopes of work and technical requirements; prepare schedules; survey and map; prepare conceptual designs, parametric estimates, and operating and maintenance manuals; and perform value engin eering, construction phase services, equipment and systems commissioning and other related services. Provide Title II services on multiple installations simultaneously. Your response is requested no later than COB 05 NOV 2007. Please email responses to the questions listed below to: jennifer.l.staggs@usace.army.mil Market Research Questions: General Information 1. What is the name of your business? 2. What is your business address? 3. Identify a point of contact who can provide clarification of your response. 4. Is your firm a certified 8(a) small business, certified HUBZone business and / or Service Disabled Veteran Owned Small Business (SDVOSB) or small business? (please specify those that apply) 5. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? For a joint venture, identify to the extent possible, your team members. Iden tify the business size of your team members or joint venture firms. For a teaming arrangement, explain how the team likely will be composed. (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations describe d in 13 CFR 124.513) 6. Does your company have the capability to provide a dedicated project manager and all personnel, tools, equipment, transportation, material, and supervision needed to safely and efficiently perform the AESS activities? 7. Work Location - Does your company have the ability to work in 1) only a specific regional area, 2) throughout the entire United States, or 3) in the United States and all U.S. territories? 8. Security Experience - Provide locations and dates of your company experience providing security services and perimeter security and/or force protection (other than guards) at other DOD facilities. 9. Installation Security Evaluation - Provide locations and dates of your company experience in performing installation security evaluation to determine the total installation requirement for physical security. 10. Security Site Survey - Provide locations and dates of your company experience in performing security site surveys and physical security system design at Government-owned property. 11. Similar Experience - Provide other examples of your company capabilities and qualifications to design, develop, or install security systems, hardware, or software. 12. How many installations can your company provide designs simultaneously? 13. What is your companies design capacity? 14. Can your company provide Title II services on multiple installations simultaneously? How many?
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01442542-W 20071031/071029223608 (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  © 1994-2020, Loren Data Corp.