Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SPECIAL NOTICE

C -- Electonic Security Systems: A-E Contracts Capacity Increase "J&A Other Than Full & Open Competition"

Notice Date
3/16/2011
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY09D0002
 
Archive Date
3/15/2012
 
Point of Contact
Geordelle Brown, 256-895-1222
 
E-Mail Address
USACE HNC, Huntsville
(geordelle.l.brown@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) intends to award modifications to its Electronic Security Systems (ESS) Architect-Engineer (A-E) contracts increasing shared contract capacity consistent with the terms identified within this announcement. The ESS and Utilities Monitoring and Control System (UMCS) A-E program requirements are currently executed via firm fixed price task orders which are placed against four Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity contracts in order to provide quick response for a full spectrum of Architect-Engineer (A-E) services in support of the Electronic Security Center (ESC) and its sister organization, the Utility Monitoring and Control System Mandatory Center of Expertise (UMCS-MCX). These services are needed to assist with the development of criteria and standards as well as the design, construction, fielding, and evaluation of security systems. The requested A-E Services must be provided on time. The services and products delivered must be of high quality, technically sound, accurate, thorough, and in full compliance with applicable authorities, standards, policies, regulations, procedures, and guidelines to maintain and further the standing of the ESC as a Center of Expertise. The A-E contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the Contractor.The North American Industry Classification System (NAICS) code for these services is 541310. The A-E shall provide services required for investigation, design, and testing of security systems (to include both ESS and Physical Security Systems), Fire Alarm Systems (FAS); Supervisory Control and Data Acquisition (SCADA) Systems, Heating, Ventilation and Air Conditions (HVAC) Systems; Utility Monitoring and Control Systems (UMCS); Security Engineering and other Electrical/Mechanical Design/Criteria Development, and Other Automated Control Systems and Miscellaneous Security Studies. This effort includes, but is not limited to, research, investigate and develop design criteria; investigating site conditions; investigating conditions of system inoperability and recommending solutions; preparing design packages and criteria documents; reviewing current criteria and designs; participating in factory test, field test, and engineering surveys; conducting state-of-the-art engineering analysis and other special studies; and providing other engineering functions as described in annexes and referenced documents to be added to the contract. Additionally, the contracts require the handling and generation of classified information. The services may call for extensive domestic and foreign travel. All current contract awards were made under full and open competition procedures. The ordering period for these contracts is to expire in 28 October 2012. As a result, CEHNC is developing its acquisition strategy and conducting pre-award functions for the follow-on ESS A-E acquisitions, under NAICS code 541310. A Sources Sought for the follow-on acquisitions was released on 16 February 2011, under solicitation number W912DY-11-R-0010. Due to the lapse in coverage, it is necessary that the contract capacity be increased to provide adequate support for Program requirements until the end of the contracts ordering period. Therefore, it is the Governments intention to modify the current ESS A-E contracts to increase contract capacity by $5 million. Once the follow-on acquisitions are awarded, ordering against the current contracts will cease. The programmatic capacity for the current contracts is $12 million encompassing a total possible four (4) year ordering period (one (1) base year and three (3) one-year option periods). This capacity was established based on an analysis of the type of work required, anticipated workload, effects on competition, the capability of small businesses to compete for the required work, and upon historical ESS contract/program data. Upon award of the follow-on acquisitions, new task orders will not be placed against the current contracts despite any remaining capacity. The current contracts which the Government intends to modify consistent with the terms identified within this announcement are as follows: W912DY-09-D-0002 (Black & Veatch), W912DY-09-D-0003 (C.H. Guernsey & Co.), W912DY-09-D-0004 (Allsbrook Goodman, Inc.), and W912DY-09-D-0005 (Combs & Shearer Inc.). The original basic contract Scope of Work for each contract award will remain unchanged. The Government intends to award the modifications to these contracts consistent with the terms identified within this announcement upon the basis of the authority provided in 10 U.S.C 2304(c)(1) and implemented by FAR 6.302-1, only one responsible source and no other services will satisfy requirement. Unacceptable delays in fulfilling the agency's requirements would result given any other action due to current circumstances. Due to the unique prior experience and involvement of the current contractors and the anticipated recurring need for facility repairs and renovations, the actions proposed within this announcement are justified. The Government will support the proposed actions by written justifications and obtain appropriate approval prior to proceeding. The Government will synopsize the contract modifications after award. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all capability statements received within fifteen days after date of publication of this synopsis will be considered by the Government. Capability Statements submitted should demonstrate the offerors experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. The statement shall include pricing information which includes profit rate, overhead rate, G&A rate, project management and support personnel rates; business size; ability to self-perform work; layers of subcontracting and associated mark-ups; and any other information indicating a legitimate ability to meet these specific requirements. Statements should not exceed 5 pages in length. Written inquiries may be directed to Ms. Wanda Hampton via email at Wanda.H.Hampton@usace.army.mil or Ms. Geordelle Brown via email at Geordelle.L.Brown@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY09D0002/listing.html)
 
Record
SN02401964-W 20110318/110316234326-ab03f76da467e2c51bba989b4c98eb35 (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.