Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

J -- POWER SYSTEMS ENGINEERING

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
SAQMMA12R0224
 
Point of Contact
Joy D. Young, Phone: 703-875-5191, Tandra Jones, Phone: 703-875-4230
 
E-Mail Address
youngjd@state.gov, jonesta3@state.gov
(youngjd@state.gov, jonesta3@state.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
The Overseas Buildings Operations, U.S. Department of State (DoS) intends to perform a full and open competition for Power Systems Engineering services to be done at United States Embassies and other Department of State buildings worldwide. The full and open competition will be conducted only with those firms who meet the service and security requirements. This is for professional and technical services including, but not limited to: 1) survey sites to determine needs, develop effective and economical solutions to challenging power quality and electrical reliability problems, and provide design and construction documents suitable for competitive bidding, 2) furnish and install generators, voltage regulators, UPS systems, surge suppressors, power quality equipment, power factor corrective equipment, switchgear, and power systems controls and protective relays; 3) troubleshoot and correct electrical problems and deficiencies in low voltage and medium voltage systems; 4) provide preventive maintenance services for low and medium voltage distribution systems and a wide variety of makes of generators, AVRs, UPS systems, switchgear, and control/protective relay systems; 5) provide purchasing and logistical support; and 6) work with U.S. Government requirements and other applicable U.S. and foreign laws, codes, and standards (e.g. preparation of design documents in metric units and the submission of construction documents in the latest AutoCAD version). DoS plans to award multiple Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for base and (4) four one-year option years. The IDIQ awards will be made to the responsive offerors, whose proposals conform to the solicitation, and will offer the “Best Value” to the government, whereas technical factors are more important than cost. One or more awards will be set aside for small business should a small business be found capable. To qualify as a small business under the NAICS code, 238210, the small business size is the average annual receipts of no more than $14M. Offerors must be registered in the Central Contractors Registration (CCR) database prior to proposal submissions. Offerors may obtain information on registration requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. The Offeror is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. Proposal Submissions: The Request for Solicitation and its attached documents will be posted under Solicitation Number, SAQMMA12R0112, on or around April 6, 2012. No paper copies will be mailed. Proposal submissions will be due no later than 3:00 PM, EST on May 9, 2012. Questions (Q&A) period opens with the posting of the synopsis. Questions should be e-mailed to: youngjd@state.gov. Questions should be received no later than COB (5:00 PM, EST) on April 20, 2012. Responses to all submitted questions will posted as an Amendment in FedBizOPPS.com. DoS does not plan to hold a site visit/pre-proposal conference for prospective offerors. Security Clearance Requirements: IN ORDER TO BE CONSIDERED FOR AWARD OF THIS CONTRACT, interested offerors, including all entities which comprise a joint venture, and the joint venture itself, must possess a Defense Security Service (DSS) Final Secret, Interim Top Secret or Final Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. At least one contract will be awarded to firms possessing Interim or Final Top Secret FCLs, and one or more firms with Final Secret FCLs may be selected for additional awards. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. Selected firms possessing a Final Secret FCL will be sponsored by Department of State for an FCL upgrade to the Top Secret level. Sponsorship does not guarantee that the firm will receive the upgraded clearance. A period of 90 days from the date of selection for award will be allowed for the Secret cleared firm to obtain an Interim Top Secret FCL. After this period, the Government may, at its discretion, consider not awarding the contract to the selected offeror. Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Interim and Final Top Secret FCLs. Contractor personnel requiring access to classified information or Controlled Access Areas (CAA) must possess Secret or Top Secret personnel security clearances issued by DSS prior to performance on the contract. Current Point of Contact: Joy Young via email at youngjd@state.gov or telephone, (703) 875-5191.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0224/listing.html)
 
Place of Performance
Address: Various Locations Worldwide, United States
 
Record
SN02715176-W 20120407/120405235722-bf0b00b91bda181ae346e63fb6aea256 (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.