Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOURCES SOUGHT

R -- The U.S. Army Engineering and Support Center in Huntsville, Alabama (CEHNC) intends to solicit and award multiple indefinite delivery indefinite quantity (IDIQ) contracts for its Resource Efficiency Management Program.

Notice Date
8/18/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-07-R-0043
 
Response Due
9/2/2008
 
Archive Date
11/1/2008
 
Point of Contact
Jennifer Staggs, 256-895-1745<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Engineering and Support Center in Huntsville, Alabama (CEHNC) intends to solicit and award multiple indefinite delivery indefinite quantity (IDIQ) contracts for its Resource Efficiency Management Program. It is the Governments intent to consider awarding a portion of this acquisition under the authority of the Small Business set aside program per FAR Part 19. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements of this anticipated request for proposal (RFP). All interested small businesses are requested to respond to the questions presented within this announcement in order to facilitate the Governments market research efforts. The Government will analyze all responses and determine if the pool of qualified interested firms is significant enough for a restricted competition as a small business set aside. The Government will analyze all responses and determine if the pool of qualified interested firms is significant enough for a restricted competition under the authority of the 8(a), HUBZone, and/or Service-Disabled Veteran-Owned procurement programs. If after review of all responses, the Government determines that there is not enough qualified 8(a), HUBZone, and/or Service Disabled Veteran Owned firms to perform this requirement, the Government may solicit the acquisition as a small business set aside. The Government does not intend to rank submittals or provide any reply to interested firms. Your response is requested no later than 1600 central time 02 September 2008. Information presented is for market research purposes only. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Description of the Requirement: The US Army requires Resource Efficiency Management (REM) services within the United States to improve facility energy efficiency, promote the use of renewable energy, reduce greenhouse gas emissions, and to improve other resource efficiency-related requirements. REM is an innovative management approach (Human Performance Based) that focuses on reducing energy and other resource consumption, saving money, and helping the environment. The REM program augments existing facility resources and focuses on no- and low- cost opportunities to reduce energy consumption in real time, including behavior aspects of energy end uses and operation and maintenance measures. Under the REM Program, full-time Resource Efficiency Managers support facilities efforts to reduce energy costs and consumption and meet their mandated energy conservation goals. The objectives of the REM program are to identify and implement readily attained cost saving initiatives in energy, water, and resource conservation. REM contractor services include, but are not limited to, analysis of energy end uses and distribution systems, identifying opportunities for energy and emission reductions, strengthening energy management programs, conducting awareness training, developing and executing energy projects, providing measurement and verification support, preparing documentation to obtain energy efficiency rebates and incentives, collecting and accumulating consumption data, assembling data in prescribed formats, analysis of the data, providing decision making support information and recommendations in reports and briefings, and responding to related questions on the subject. A unique feature of the program is that REM pays for itself through energy cost savings, rebates and incentives, and verifiable cost avoidance. It is generally recognized that the cost of the REMs services must be offset annually by the direct and indirect energy cost savings they produce. This position will be full time located at the Contractors facility unless it is determined that two facilities can share the service in order to justify the position. It is anticipated that this contract will consist of one base year and four (4) one year options for a possible total five year contract. The programmatic capacity is expected to be $10 Million. Interested vendors who meet the capability requirements identified in this notice are requested to reply to this email with a response to ALL of the questions presented below: 1.What is the name of your business? 2. What is your business address? 3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and email address. 4. Is your firm a certified 8(a) small business, certified HUBZone business and / or Service Disabled Veteran Owned (SDVO) 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? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on 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 described in 13 CFR 124.513.) 6. REM Experience - Has your company ever provided or is in the process of providing REM Services at other DOD facilities? If so, provide locations and dates. 7. Identify - Does your company have the capabilities and qualifications to search out energy and ancillary cost savings potentials at U.S. Government installations? If so, please provide specific examples. 8. Develop - Does your company capabilities and qualifications to develop procedures, courses of action, steps, repairs, or changes in equipment which lower energy costs i.e. Energy Cost Saving Measure (ECSM)? Provide in detail the type of ECSM developed, the facility serviced and the results. 9. Inspect Does your company have the qualified personnel available to provide, at a minimum, yearly equipment inspections to assure that the equipment is being operated properly and maintenance is being performed? Please provide examples of monitoring processes used previously. 9. Capacity - Does your company have the capability to provide all personnel (to include dedicated project manager), tools, equipment, transportation, material, and supervision needed to safely and efficiently perform the REM activities? 10. Document - Does your company have the capability to implement, maintain, and control a system for identification, preparation, reproduction, distribution, and maintenance of all documentation needed for management of this contract? Please provide specific examples based on previous energy savings projects. 11. Quality - Does your company have experience in providing and maintaining an effective quality control program? Provide Examples. 12. Verify - Does your company have the capability to provide any new metering, monitoring, measuring, or testing needed to verify savings to include equipment, software, labor, and installation? List any previous experience in this area. 13. 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? 14. Financial - Does your company have the experience performing economic analyses such as Life Cycle Cost, Risk, Return On Investment, etc. which may be required in order to determine the viability of a proposed project? Provide examples. 15. CEM - Does your company have Certified Energy Managers (CEM) on staff? 16. Project Methods Does your company have experience with energy project implementation processes such as Energy Conservation Investment Program (ECIP), Energy Savings Performance Contracting (ESPC), etc? List specific examples. 17. Reporting Does your company have experience with DOD energy reporting processes? Any questions pertaining to this sources sought can be forwarded to Ms. Patricia Phillips, Contract Specialist at (256) 895-1077 or Mr. Earl Johnson, Contracting Officer at (256) 895-1128
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3934308cae4243ad2cb176a35c9db03f&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL<br />
Zip Code: 35807-4301<br />
 
Record
SN01643690-W 20080820/080818221553-3934308cae4243ad2cb176a35c9db03f (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.