Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2008 FBO #2530
SOURCES SOUGHT

99 -- Engineering Support Services required to support of Electronic Security and Utility monitoring services at locations worldwide.

Notice Date
10/28/2008
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting 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-09-R-0002
 
Response Due
11/14/2008
 
Archive Date
1/13/2009
 
Point of Contact
Michael Kelly, 256-895-1112<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Engineering and Support Center in Huntsville, Alabama (CEHNC) intends to solicit competitive proposals on a restricted basis and award multiple indefinite delivery indefinite quantity (IDIQ) contracts for Engineering Services in support of Electronic Security Services (ESS). It is anticipated that support maybe required at locations worldwide. It is the Governments intent to set aside this acquisition under the authority of the Small Business set aside program per FAR Part 19. 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). Description of the Requirement: The US Army requires world-wide Electronic Security Systems (ESS), security engineering, and/or Utility Monitoring and Control Systems (UMCS), and other related electronic systems engineering services. The following are typical tasks: cost estimating; preparing, reviewing and validating technical data; vulnerability assessments; force protection surveys; conducting site investigations; assessing field conditions; participating in factory/ pre-delivery and field tests; inspecting equipment installations; providing program and project management support; training support; and other technical and programmatic support. Other similar tasks may be required. Additionally, special equipment may be purchased as required for technical and program support. Incidental construction, procurement and installation of ESS or UMCS systems may be required to enable the execution of some types of these support services. A contractor must be able to demonstrate knowledge and experience of Electronic Security Systems (ESS), security engineering, and/or Utility Monitoring and Control Systems (UMCS). These will be important factors during the source selection process. It is anticipated that these contracts will consist of one base year and four (4) one year options for a possible total five year contract. The programmatic capacity over that period is expected to be $9.5 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: Market Research Questions General Information 1.What is the name of your business? 2.What is your cage code in the Contractor Central Registry? 3. What is your business address? 4. Identify a point of contact that can provide clarification of your response (telephone & email). 5.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) 6.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. Identify 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 described in 13 CFR 124.513) 7.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 ESS activities? 8.Work Location - Does your company have the ability to work in 1) only a specific regional area, 2) throughout the entire United States (CONUS), or 3) in the United States and all U.S. territories, 4) Outside Continental United States (OCONUS)? 9.Experience - Provide locations and dates of your company experience providing electronic security services, UMCS services, and other related electronic systems engineering services at DOD facilities. Address cost estimating; preparing, reviewing, and validating technical data; performance of vulnerability assessments; force protection surveys, conducting site investigations; training support, and other technical and programmatic support. 10.Similar Experience - Provide other examples of your company capabilities and qualifications to, develop, or install electronic security systems, UMCS, or other electronic security systems. 11.How many installations or projects can your company provide support to simultaneously (provide the assumed size of projects for your estimate)? Qualified and interested parties should submit answers to the questions above. Please provide an email response to michael.kelly2@usace.army.mil. Questions regarding this matter should be directed to Michael Kelly at phone (256) 895-1112.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8b6f5e47310472a9d566fbcd5009a7a3&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
SN01697160-W 20081030/081028215037-8b6f5e47310472a9d566fbcd5009a7a3 (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.