Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOURCES SOUGHT

R -- Engineering Support during construction of the Central Reference Laboratory (CRL)

Notice Date
4/19/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY11QAESPT
 
Response Due
5/5/2011
 
Archive Date
7/4/2011
 
Point of Contact
chaquandra, 256-895-1897
 
E-Mail Address
USACE HNC, Huntsville
(chaquandra.k.wilson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Engineering and Support Center in Huntsville (CEHNC), Alabama has a requirement for a standalone contract for Interpreter/Translator/Engineering Support. The services required will include (but are not limited to) providing all personnel, services, transportation, translation and equipment (not otherwise provided by the government) necessary for interpreter/translator/engineering support for the construction of Central Reference Laboratory in Baku, Azerbaijan. The inspections performed by the Onsite Construction Management Office involve on-site performance of industry standards to confirm the quality of construction. The construction inspection may encompass various engineering disciplines, but will be focused mainly on mechanical, electrical, and environmental features. 1.2 THIS IS NOT A FORMAL SOLICITATION. Contractors who feel they can provide the U.S. Army Engineering & Support Center, Huntsville, AL, with the above services are invited to submit in writing an affirmative response which includes the following information: a. What is the name of your business? b. What is your business address? c. What is your business size according to NAICS code 541330? Specifically respondents (whether domestic or foreign) should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUB Zone, service disabled veteran-owned small business. d. Does your firm have staff that posses language proficiency equal to level IV interpreter/translator certified in Azerbaijani and English (written and oral)? e. Is your firm capable of meeting the visa, passport, and/or local government requirement for personnel working inside Azerbaijan? f. Indicate your firms' experience in applying the International Building Codes within the construction project located in the Azerbaijan. g. Indicate your firms understanding of documentation requirement for Azerbaijan Government funded construction project. h. List details of your firms experience in providing construction support/engineering support for medical facilities, specifically those containing to bio-safety laboratories. 1.3 The anticipated starting date for performance is August or September 2011. Services are expected to continue for a period not to exceed 36 months (i.e. one 12 month base period and two 12 month option periods)., Written responses should be submitted via email or to Contract Specialist Chaquandra Wilson at email address Chaquandra.K.Wilson@usace.army.mil and Contracting Officer Van Pinion at Van.E.Pinion@usace.army.mil no later than May 05, 2011 at 2:00 PM central standard time. All such responses will be considered by the agency. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Furthermore, extraneous materials (brochures, manuals, etc) will not be considered. NOTE: Registration as an interested vendor for the subject notice does not in any way exempt your firm from submitting the required capability questionnaire. Therefore, if your firm would like to be considered an interested source for this requirement, please submit a capability questionnaire in accordance with the posted announcement. ***Performance Work Statement Excerpt**** 1. Description of Work: The United States Army Corps of Engineers (USACE) Huntsville Engineering & Support Center (CEHNC) Onsite Construction Management Office (HNCCMO) is responsible for monitoring construction quality, providing oversight on issues related to the mechanical, security, life safety, environmental and electrical systems, and assisting with technical coordination and interpretation during the construction of the Defense Threat Reduction Agency (DTRA) Central Reference Laboratory (CRL) in Baku, Azerbaijan. The objective of this requirement is for the contractor to provide all personnel, services, transportation, and communication equipment (not otherwise provided by the government) necessary to perform Interpreter/Translator/Engineering Quality Assurance Support. The contractor is not responsible for providing independent engineering assessments but shall have the necessary technical skills to determine whether or not the information being communicated to the HNCCMO by the host nation or the contractors involved in the CRL construction project is technically accurate. The contractor should have their own computers, cell phone, CADD software, digital video equipment, WiFi, outside of the HNCCMO on site office. 2. Services shall be provided as part of the Quality Management performed by the HNCCMO. The tasks performed by the HNCCMO involve on-site daily inspection of work to verify industry standards to confirm the quality of construction with photos and video. The tasks may encompass various engineering disciplines, but will be focused mainly on mechanical, electrical, security, life safety and environmental features. The contractor shall attend all meetings (to include weekly and periodic coordination meetings with DTRA, the Government of Azerbaijan and/or the construction contractor). The contractor shall assist the HNCCMO in preparing reports in English and/or the native language that accurately depict the construction work performed and any significant problems or circumstances that could affect the construction completion. The contractor shall immediately report any defective work observed, inferior equipment installed, or any deviations from the design documents to the HNCCMO. The contractor shall prepare written and /or oral translations from Russian and Azerbaijan to English and English to Russian and Azerbaijan on diverse technical subject matters. In addition, duties can include (but are not limited to) translating USACE and DTRA procedures/ requirements, translating meeting minutes, or serving as an interpreter during meetings between USACE, DTRA, the construction contractor, and/or the Government of Azerbaijan. The contractor shall be capable of differentiating any difference between International Building Code and Azerbaijan architectural, construction, engineering and design Norms and Standards, and/ or differences between specification requirements and the Azerbaijani norms and standards and advise the HNCCMO of the disparities The contractor must be capable of providing their own guidelines as they pertain to individual translations or subjects. The contractor may also be required to make summaries of materials rather than strict idiomatic translations. In these cases, the contractor will advise the HNC Onsite Construction Management Office of its findings in writing. The findings should indicate the differences between the construction contract documents and IBC and Azerbaijan norms and standards and propose resolutions whenever possible. 3. Qualifications: The contractor shall provide one employee capable of performing the QAE services outlined in this Performance Work Statement. This employee shall have at least a bachelor's degree in engineering (preferably, mechanical or electrical) In addition, this employee shall have a minimum of 4 years of construction inspection experience and Language Proficiency equal to a Level IV in English, Azerbaijan, and Russian. The employee shall have a valid Azerbaijan Work identification card for taxation purposes. In addition, an advanced degree in engineering will be substituted for one year of work construction experience. The one year time frame is measured based on the date of RFP issuance. The Government will not pay for any meals for the onsite personnel. The contractor will be responsible for providing transportation to and from the jobsite. However, no vehicle is required to perform duties at the jobsite. In addition, when on site personnel supporting this requirement shall wear protective equipment at all times (safety glasses, vest, and work boots.). This equipment shall be provided by the contractor. Any on site accidents shall be reported to the HNCCMO immediately. NOTE: Prior written approval is needed from the Contracting Officer to make changes to the staffing plan once accepted. In the event there are changes in the personnel performing under this contract, the Contracting Officer and Contractor Officer Representative shall be notified in writing within three business days of the change. Qualifications of the replacement staff or a detailed plan of action for filling vacancy and ensuring continuity of services until vacancy is filled shall be provided to the Contracting Officer as part of the notification. In the event, acceptable replacement staff is not provided (in a timely manner), the contract can be terminated for default. 4. Restrictions: The contractor or its employees shall not give direction or guidance to the construction contractors. The US government does not have contractual authority on the construction contract and as such, direction and guidance will come from the authorized Azerbaijan official. The contractor will work through the HNCCMO and not directly with the construction contractors. The contractor only makes recommendations to the HNCCMO and shall not make decisions on behalf of the HNCCMO. Furthermore, the contractor must not direct a construction contractor to stop any activity that creates a safety hazard but shall immediately inform the HNC Onsite Construction Management Office of potential safety problems. In addition, the contractor shall make no public announcements or disclosures relative to the information contained or developed under this contract, except as authorized by the Contracting Officer. 5. Hours of Work: 5.1 Normal duty hours are Monday -Friday from 0830 to 1730 with one hour for lunch. Weekend work (if required) will be accomplished by substituting an agreed week day off. 5.2 In the event overtime is required, the process for requesting and approving overtime will be as follows: a.The contractor submits a written request to the Contracting Officer and delegated Contracting Office Representative (COR) entailing why overtime is needed and the number of overtime hours being requested b.The HNCCMO and COR will coordinate via telephone or email and the COR will recommend in writing to the Contracting Officer that the over time request has been either approved or rejected. c.The Contracting Officer will inform the contractor in writing as to whether the overtime request has been approved or rejected 5.3 In all cases written Government pre-approval must be requested and granted for purchases on which the Value Added Tax is applicable (regardless of perceived local client demands, time zone differences, etc). 6. Contractor Data Requirements and Deliverables 6.1 Contractor Manpower Data Reporting. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report contractor manpower information (including subcontractor manpower information) required for performance of this contract. The contractor shall submit all the information required in the format specified at the following web address: http://cmra.army.mil/default.aspx The required information includes: (1) Contract Number (2) Delivery Order Number (if applicable) (3) Task Order Number (if applicable) (4) Requiring Activity Unit Identification Code (UIC) (5) Command (6) Contractor Contact Information (7) Federal Service Code (FSC) (8) Direct Labor Hours (9) Direct Labor Dollars (10) Location Information (where contractor and subcontractors (if applicable) performed the services Contractors shall fill in the above fields on the website. The reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 15 October of each calendar year. If your particular contract crosses fiscal years, 2 entries must be made to capture the data for the contract period; for example if the contract start date is 1 January 2011 and ends 31 December 2011, the data for the period from 1 January 2011 through 30 September 2011 shall be entered no later than 15 October 2011 and the period 1 October 2011 through 31 December 2011 shall be entered no later than 15 January 2012. The UIC for USACE is W2V6AA. The FSC is R425 6.2Two copies of CD or DVD (whichever is applicable) of all photos and video taken during the daily site inspections shall be provided to the HNCCMO on a weekly basis 6.3 The contractor shall submit a progress report on a monthly basis. This report shall be submitted to the delegated COR by the 10th calendar day of the following month. The narrative Progress Report shall include as a minimum: a description of all activities done during the month, costs incurred during the reporting period, and any reported issues, deficiencies, or compliance issues. 7. Government Furnished Information/Items 1. Plans and specifications for the project in PDF format. A hard copy will be maintained in the HNCCMO office for reference. 2. Amendments to plans/specifications 3. Construction Schedule, via the Azerbaijan Ministry of Health (MOH) 4. Copy of the Quality Management Plan for the project. Focused on the BSL-2 and BSL-3 laboratory spaces and supporting systems. 5. Quality Assurance Daily Report forms, RFI log, deficiency log, submittal log, etc. 6.. The contractor may be provided with use of desk and computer at the construction site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY11QAESPT/listing.html)
 
Place of Performance
Address: CRL construction site N/A Baku **
Zip Code: AZ1000
 
Record
SN02427861-W 20110421/110419234621-571915e89c6e9b66b0d17e06fa873ac5 (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.