Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOURCES SOUGHT

C -- Two Indefinite Delivery Contracts for Design Services for Secure Projects in Support of Real Property Services Field Office Baltimore District

Notice Date
3/26/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-09-S-0007
 
Response Due
4/10/2009
 
Archive Date
6/9/2009
 
Point of Contact
Allison Scannell, 410-854-0744<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. As part of an anticipated construction program, the US Army Corps of Engineers, Baltimore District, Real Property Services Field Office, (RSFO) anticipates seeking two qualified Architect-Engineer firms for two separate Indefinite Delivery contracts (IDC) providing design and construction phase services. The total estimated value of each proposed IDC is $100M. The period of performance for each contract is expected to be 5 years. The contractor must meet the security and technical requirements as stated below. Security Requirements: a. The contractor shall possess a current final Top Secret (TS) facility site security clearance and be capable of storing and processing TS information at contractors facility. b. Contractors key personnel must possess a current final TS clearance based on a Single Scope Background Investigation (SSBI) conducted within the last 5 years. Key personnel must include registered individual lead discipline designers (electrical engineer, mechanical engineer, architect, etc.), Program Manager, Project Managers and others as identified by the contractor. c. US citizens only. Technical Requirements: a. The contractor shall have experience in design of modular constructed, high density, Tier III data centers, including substation designs of 30MW to 120MW (modular construction). b. The contractor shall provide all management, supervision, labor, materials, tools and equipment necessary for the performance of multidiscipline Major and Minor Designs for new work, modification, rehabilitation, remediation, and alterations in direct support of the RSFO. c. The services provided shall be in accordance with the most recent antiterrorism/force protection (AT/FP) and Unified Facilities Criteria (UFC) and Leadership in Energy and Environmental Design (LEED) requirements and standards. d. The contractor shall have or will have the ability to have key personnel physically respond to the RSFO Office within 60 minutes for urgent needs. e. The contractor shall have the ability to perform work at project sites throughout the Continental United States (CONUS). f. The contractor shall indicate experience with contracts similar in size and scope, within the last five to ten years. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This requirement will be procured in accordance with the Brooks Act as implemented in FAR subpart 36.6. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Qualified contractors that meet the above requirements are requested to submit a company capability statement and information briefly explaining their qualifications for this proposed contract. Also, you are to provide indication of your current Top Secret facility site clearance and Top Secret personnel clearances. Also please identify your SBA size standard, such as 8(a), Small Business Hubzone, Woman-Owned, Service Disabled Veteran Owned, Minority-Owned, etc. Please note that it is required that your company be registered in the Contractors Central Registration System (CCR), please see www.ccr.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Responses to the sources sought are due no later than 10 April 2009. Submission of one (1) hard copy (no facsimile) or electronic version via e-mail of the requested information shall be submitted to Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, Baltimore, MD 21203-1715, ATTN: Allison Scannell. E-mail address is Allison.Scannell@usace.army.mil. Sources Sought Number W912DR-09-S-0007 shall be referenced.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be6098c03330c310dafb48ff35c54fef&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD<br />
Zip Code: 21203<br />
 
Record
SN01778935-W 20090328/090326220749-be6098c03330c310dafb48ff35c54fef (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.