Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOURCES SOUGHT

R -- Temporary employment services, Electrical Engineer/Quality Assurance duties at the Armed Forces Reserve Center at Ellington Field, TX for the U.S. Army Corps of Engineers, Galveston, TX.

Notice Date
7/31/2009
 
Notice Type
Sources Sought
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Galveston District, US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY09S0039
 
Response Due
8/17/2009
 
Archive Date
10/16/2009
 
Point of Contact
Traci Robicheaux, 4097666306<br />
 
E-Mail Address
US Army Corps of Engineers, Galveston
(traci.d.robicheaux@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Sources Sought Number for this announcement is W912HY-09-S-0039. Project Title: U. S. Army Corps of Engineers, Galveston District Jadwin Building, Temporary Employment Services for Electrical Engineering Services. The U.S. Army Corps of Engineers, Galveston District, solicits for Capability Statements from all qualified and interested parties from Emerging Small Business, Service Disabled-Veteran Owned Small Business, Small Business Administration (SBA) 8a firms, U. S. Federal Hub Zone Small Business firms and Small Business. The 2007 NAICS Code for the proposed acquisition is 561320, Temporary Employment Services. The Small Business Size Standard is $13.5M. The Federal Supply Code is R425. The Government will use responses to this SOURCES SOUGHT to make appropriate acquisition decisions to solicit this project as either competitive Emerging Small Business, Service Disabled-Veteran Owned, U. S. Federal Hub Zone Small Business, 8(a), Small Business, or Unrestricted. PROJECT INFORMATION: The purpose of this order is to provide the necessary level of Management, Engineering and Administrative support required to complete an ongoing U.S. Army Corp of Engineers (USACE) Construction Project. Provide oversight for the construction of the Armed Forces Reserve Center, Ellington Field, Texas. Oversight will include assuring that the Construction Project Contractor/Contractors are complying with all of the requirements of their respective contracts by reviewing Project contracts documents and deliverable contract documents, and consultation with the Area/Resident Engineer, consultation with the Project Manager. Additionally the contractor shall provide expert construction management advice to the Corps of Engineers Construction Representative and the Area/Resident Engineer and work under the direction of the Area/Resident Engineer. Detailed Tasks Electrical Engineer/Quality Assurance. Serves as the Electrical Engineer of the Armed Forces Reserve Center at Ellington Field, Texas. Responsible for assisting in the Contract Administration of this project, which involves inspection of work in place and review of submittals for ensuring compliance with Plans and Specifications and applicable codes, documentation of deficiencies, recommendation of solutions to design and construction problems. Expertise required in the following areas of construction: Fire Alarm and fire sprinkler systems, power supply and distribution, transfer switches and emergency power generators, interior and site lighting, lightning protection and grounding, and electrical duct banks. The performance period is 1 Oct 2009 through 30 Sep 2010. If the decision is made to set-aside for small business, FAR clause 52.219-14 is applicable. The clause states: At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. NOTE: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business (SDVO), the contractor shall be required to spend at least 50% of the cost of contract performance incurred for personnel on the concerns employees or the employees of other SDVO in accordance with the Code of Federal Regulation (CFR) PART 125, Sec.125.6, Prime contractor performance requirements, paragraph (b) (2). NOTE: (2) if the decision is to Set-Aside this procurement for HUB Zone Small Business, the qualified HUB Zone spends at least 15% of the cost of contract performance incurred for personnel on the concerns employees. In addition to CFR PART 125 and in accordance to CFR PART 126, paragraph (b) states that In addition to the requirement set forth in Sec.125.6(c), one or more qualified HUB Zone Small Business must spend at least 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified Small Business concerns. A qualified HUB Zone Small Business concern prime contractor receiving a HUB Zone contract for general service may meet this requirement itself by expending 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUB Zone small business concerns. A qualified HUB Zone prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUB Zone small business concerns. NOTE (3): If the decision is to Set-Aside for SBA 8(a) program, the concern will perform at least 50 percent of the cost of the contract, not including the cost of materials, with it own employees in accordance to Federal Acquisition Regulation 52.219-14. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least five completed projects within the last three years of similar work. Each reference shall include the company name and title, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: (1) Recent and relevant service experience with federal government work within the last 3 calendar years, for projects of similar size, scope, and complexity. (2) Recent and relevant service experience with providing temporary employment services. (3) Provide proof of SBA certification for Emerging Small Business, 8a or Hub Zone status. (4) Include a statement that the concern will submit an offer for an Emerging Small Business, 8(a), Hub Zone or Service-Disabled-Veteran Owned Set-Aside competitive procurement. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Galveston District to make an appropriate acquisition decision. This sources sought is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. RESULTS: Respondents will not be notified of the results of the evaluation. Please visit www.fbo.gov for the Sources Sought Results. After completing its analysis, the Government will determine whether to limit competition among Emerging Small Business, Service Disabled Veteran-Owned Small Business, 8a, or Hub Zone Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. The responses to this SOURCES SOUGHT may be e-mailed to Traci D. Robicheaux at traci.d.robicheaux@usace.army.mil or mailed to U.S. Army Corps of Engineers, Galveston District, ATTN: Traci Robicheaux, Contracting Division, 2000 Fort Point Road, Galveston, Texas, 77550. Voice (409) 766-6306 or FAX` (409) 766-3010. Responses must be received no later than 17 Aug 2009 by 10:00 A.M. CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY09S0039/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX<br />
Zip Code: 77553-1229<br />
 
Record
SN01895495-W 20090802/090801000606-d7759992fce92679981997bafbfa43d0 (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.