Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
MODIFICATION

C -- Engineering Support

Notice Date
4/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
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
EngineeringSupport
 
Archive Date
5/5/2012
 
Point of Contact
James Kimmel, Phone: 7038756276
 
E-Mail Address
kimmeljk@state.gov
(kimmeljk@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT Professional Engineering Support Services This is a Request for Information only. This is not a solicitation or request for proposals. (a) As prescribed in Federal Acquisition Regulation 15.209(c), The Government does not intend to award a contract on the basis of this Request for Information or to otherwise pay for the information requested except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Bureau of Overseas Buildings Operations, anticipates awarding multiple indefinite quantity/indefinite delivery contracts to supply technical personnel to diplomatic construction projects outside of the United States. Each contract shall consist of a one-year base period with four one-year optional service periods. The total amount of orders issued under each contract shall not exceed $10,000,000 per year. The objective of the contract is to obtain individuals with the skills and qualifications to meet the full range of engineering and administrative expertise necessary to assist and support the State Department's Office of Construction Management (CM) in its effort to build and renovate diplomatic facilities abroad. The range of services required spans engineering expertise to administrative and support services with skill sets and experience that match CM's need for engineering analysis, development, planning, directing, managing, and coordinating CM diplomatic construction projects. Qualified personnel shall be provided in the following disciplines: Architect, Civil Engineer, Mechanical Engineer, Electrical Engineer, and Project Controls Engineer. Candidates must have a minimum of ten years of experience working on active construction sites. Design office experience does not count toward the minimum experience. The contractor must be able to fill these positions for the duration of the task order and must be able to maintain a pool of qualified alternates to minimize delays in providing qualified employees to man the positions in a timely fashion. Contractors must have all resources necessary to support the deployed employees in house, including but not limited to, legal counsel, human resoruces assets, and program management personnel. Only contractors whose primary line of business is providing technical support personnel with experience staffing overseas project sites will be considered. All employees to be provided under contract shall have Top Secret DISCO security clearances. In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DOD) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M. Personnel requiring access to classified information or Controlled Access Areas (CAA) at DOS locations must possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office. Subcontractors requiring access to classified information or CAA spaces must also possess a Secret FCL. Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity Code with their proposal. If a selected offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer contracts. Firms which form joint ventures must also comply with the above FCL and personnel security clearance requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. This Sources Sought incorporates provision 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) as prescribed by 15.209(c) Requests for clarification must be submitted, in writing, to Jim Kimmel, no later than 2:00 p.m., Eastern Daylight Time, on April 13, 2012. The e-mail address to submit clarification questions is kimmeljk@State.Gov. Informational material must be received by 3:00 p.m., Eastern Daylight Time, on April 20, 2012. Courier address (Federal Express, UPS, etc): Jim Kimmel, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive (17th Street Entrance), Room L-600, Arlington, VA 22209. This is not a solicitation or request for proposals.*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/EngineeringSupport/listing.html)
 
Place of Performance
Address: World Wide, United States
 
Record
SN02722270-W 20120415/120413235623-e524d4f20da7252c684b67af06f0353d (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.