Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOURCES SOUGHT

C -- Architect-Engineering (A-E) Services - EMP facility hardness design package (FARADAY)

Notice Date
5/14/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
V446159Y-FARADAY
 
Point of Contact
Jay D Cohen,, Phone: 540-542-2133
 
E-Mail Address
jay.cohen1@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This synopsis is to solicit responses which the Mount Weather Emergency Operations Center(MWEOC) will utilize to select a contractor for negotiations leading to the award a contract to be used for the acquisition of Architect-Engineering (A-E) Services for the facility in Mount Weather, Virginia. The A-E services to be provided under the proposed procurement consist of design, furnishing of labor, management, facilities, supplies, equipment, reproduction services and miscellaneous materials/services necessary to accomplish the classified intent of the Statement Of Work(SOW). Specifically, in unclassified terms, the SOW entails the need to incorporate the findings of a recently completed Electro Magnetic Pulse(EMP) study and the existing site topological & utility plans to be able to create a more robust EMP facility hardness design package which will allow the Government to make potential aperture point-of-entry(POE) improvements either in-house or with the assistance of a construction contractor via a separate contract vehicle. The design package shall support all EMP design recommendations(ie shielding POE's, threat level illumination, survivability of hardened facilities with mission critical equipment & training) as to the selection of new equipment, sizing of materials and apparatus requirements for civil, architectural, structural, mechanical and electrical designs. Where required, POE protection calculations shall determine sizes, strengths, capacities and ratings, such as required for communications systems, piping systems, ducting systems, electrical power, etc. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. The following is a listing of criteria that will be used in the preliminary screening of the A-E firms responding to this synopsis. A-E firms must meet these requirements to be considered for the work: 1. Provide a completed Standard Form 330(parts I & II). 2. Hold a TOP SECRET facility clearance and have appropriate engineers and support staff that hold active TOP SECRET clearances. 3. Have project managers and consultants that hold a professional degree and are licensed professional engineers or registered architects. 4. Have the lead office located within 300 miles from Mount Weather, Virginia. 5. Have a minimum of 10 employees located at the lead office. Factors, listed in descending order of importance, to be used in the selection process include: (1) Specialized classified(TOP SECRET) experience and demonstrated capabilities in the design of mitigating nuclear and non-nuclear EMP threats; (2) Past Performance on A-E contracts at MWEOC, other Government agencies or private industry over the last 10 years; (3) Capacity to perform the classified work using cleared individuals; (4) Professional Qualifications; (5) Capacity to accomplish the work in the required time frame and; (6) Geographical Location. Responding firms not providing all required information may be negatively evaluated. SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. The top three firms chosen by the final selection board will be required to participate in an interview process and make a technical presentation to the selection board. The interview and presentation will occur either remotely via teleconference/videoconference or at the MWEOC site. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. In the submittal, the A-E firm shall clearly define the location of the lead office as well as detail their ability to handle TOP SECRET information. Other company resources and experience should be shown separate from the lead office's resources and experience. The Government will provide a DD Form 254 Contract Security Classification Specification at a later date, during the selection/award process. The proposed contract will be a firm-fixed price type contract with an anticipated period of performance NTE 150 calendar days from date of award. It is estimated that contract award will be made in the August 2008 to October 2008 timeframe. The above services are not set-aside for Small Business or Small Disadvantaged Business firms. A-E firms must be registered with Central Contractor Registration http://www.ccr.gov and must also register at the Online Representations and Certifications Application (ORCA) website https://orca.bpn.gov/ prior to contract award. Firms shall submit their DUNS number with their submission to this opportunity. To receive a DUNS number please contact Dun & Bradstreet at 1-800-333-0505. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a completed Standard Form 330 and appropriate data as described in Government-Wide Numbered Note 24. The SF 330 Part I shall not exceed 75 neatly bound pages (8.5 x 11), including no more than 20 pages for Section H. Each side of a sheet of paper is a page. Submittal should use no less than a 12 pt. font type and margins shall not be less than one inch. Firms responding to this synopsis should include appropriate information regarding any consultants or associates to be used and should include project name "FARADY" in their submitted Standard Form 330, Architect-Engineer Qualifications, as well as on the letter of transmittal and other information submitted in response to this announcement. Firms responding to this announcement after the closing date and time will not be considered. Forms must be complete and current. Each firm must complete and submit a separate Part II of the SF 330, regardless if one is on file with this agency. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission. Firms may be rejected for incomplete or missing SF 330s Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. Firms shall submit the following: a) One (1) original and three (3) copies of SF 330 for the prime offeror (SF330 should also include teams sub-contractors) addressing aforementioned selection criteria information; and b) one compact disk copy, in Adobe Acrobat format, of the SF330 being submitted by the firm. Submissions must be received at the address shown below no later than 1300 Hrs EST on June 16, 2008, in order to be considered. Hand delivery to address below will not be permitted due to security concerns at the facility. Site visits will not be arranged prior to the due date referenced above. Your submission shall not contain any classified information. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit their Standard Form 330 based on information contained in this notice and should not contact MWEOC officials by letter, email or by telephone to request additional information on the classified SOW. Potential offerors are responsible for monitoring this web site for the release of any modifications to this announcement. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access this notice or applicable modifications to this notice. All responsible sources may submit a response at their own cost. This is not a request for proposal. The address for submission including regular and express mail as well as overnight packages is: Jay D. Cohen, Contracting Officer, Department of Homeland Security, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mount Weather, VA 20135-2006.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=85f99ef5e2940c5f9fcfd67b34954112&tab=core&_cview=1)
 
Place of Performance
Address: 19844 Blue Ridge Mountain Road, Mount Weather, Virginia, 20135-2006, United States
Zip Code: 20135-2006
 
Record
SN01573159-W 20080516/080514220639-85f99ef5e2940c5f9fcfd67b34954112 (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.