Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOURCES SOUGHT

99 -- Sources Sought for International Contingency, Life, Health, and Safety Contract (ICLC)

Notice Date
5/4/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY12R0032
 
Response Due
5/18/2012
 
Archive Date
7/17/2012
 
Point of Contact
Michael Ashworth, 256-895-1835
 
E-Mail Address
USACE HNC, Huntsville
(michael.d.ashworth@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified large and small business sources under 2007 North American Industry Classification System (NAICS) 541990 (Other Professional, Scientific, and Technical Services). The small business size standard is $14 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For market research purposes only small businesses should provide responses. Some of the following requirments were previously posted under W912DY-12-R-0016, Sources Sought: Global Logistics and Other Support Services to DoD (GLOSS DoD). 1. CONTRACT INFORMATION: The objective of this Multiple Award Task Order Contract (MATOC) is for Contractors to provide Life Health and Safety (LHS) support at existing and any future U.S. Military bases and camps worldwide. The contracts are anticipated to be awarded in 2013 with a one-year base period and four one-year option periods, for a total ordering period of at least five years during which to compete for task orders. The programmatic value of all task orders awarded under all of the ID/IQ contracts is $450M. Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine if the pool of qualified and interested small business firms is significant enough for a total set-aside competition restricted to small businesses or for a partial set-aside competition restricted to small businesses. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted full and open competition. The Government does not intend to rank submittals or provide any reply to interested firms. 2. PROJECT INFORMATION: The primary focus of this effort is to provide corrective actions of life, health and safety hazards existing at U.S. occupied facilities worldwide and including US Forces-Afghanistan (USFOR-A). As part of the overall objective of Life, Health, and Safety (LHS) support the contractor may be tasked to provide electrical inspection and repair, fire inspection, fire prevention training, other independent support services as needed at locations throughout the world. This training supports fire safety concepts, fire protection and alarm systems, building codes and National Fire Codes and Standards. The fire safety training also serves to ensure that potential electrical risks are reduced, which would decrease LHS hazards identified during the electrical inspections. The requirement will also include generator inspections and power optimization recommendations for systems providing low voltage electrical power to inspected facilities. Contractors will be asked to provide their own logistical support for their employees. As part of the overall logistical support requirements, the contractor may be required to establish and operate temporary base camps, provide camp/facility and convoy security, provide life support to other contractors utilizing base camp facilities and while complying with established safety guidelines and mandates. Contractors will utilize existing logistical support provided by the U.S. Military as much as possible, but may be asked to become 100% independent of such support. A primary capability requirement is for contractors to provide logistical support for their own personnel and government civilians overseeing the task. 3. SUBMISSION REQUIREMENTS: Interested firms should submit a document describing relevant demonstrated experience and qualifications via email Michael.D.Ashworth@usace.army.mil and Tonju.L.Butler@usace.army.mil no later than Friday, 18 May 2012, 1600 Central Time. The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 " X 11" pages. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. No hard copy of facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Mr. Michael Ashworth, Contract Specialist at Michael.D.Ashworth@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. SOURCES SOUGHT QUESTIONNAIRE SECTION 1: GENERAL 1. Business Name:(Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code(s) (list all NAICS codes your firm is registered under) : 5. Responsible Point of Contact: 6. Is your firm a large business, small business, certified 8(a) business, certified HUBZone business, woman-owned small business, small disadvantaged business and/or service-disabled veteran-owned small business? (Specify all that apply.) SECTION 2: CONTRACTOR ARRANGEMENT 7. Would your firm propose on this project as a sole contractor, prime contractor with team member subcontractor(s), and/or as a joint venture? (If you have proposed a joint venture or prime/sub arrangement, identify your team members to the extent possible. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) SECTION 3: CAPABILITY 8. During the last five years has your firm deployed any employees to a contingency environment or a War Zone (i.e. Afghanistan and Iraq)and if so where? 9. Answer "yes" or "no" to the following services executed and provide customer references, locations, summary of scope of effort, dollar value and dates performed within the past five years. a. Electrical Inspection & Repair (low voltage). b. Fire Safety Program Support c. Fire Brigade Training d. Personal Security e. Electrical Generators and Optimum Energy Efficiency g. Transportation of Personnel and Equipment h. Temporary Housing at remote locations I. Office Space and Office Equipment J. Dining Facilities and Operation k. Water, Sewer and Electrical Power Supply 10. Does your firm have the ability to work anywhere CONUS or OCONUS? Are there any limitations on where you can work? 11. During the last five years has your firm hired any third country workers (Non US and Non Local) to work on a project OCONUS? 12. Does your firm have employees with a Secret Clearance? 13. During the last five years has your firm provided Common Access Cards (CAC) to employees for work on Government projects? 14. Provide specific details on your current and projected capacity to perform an estimated two task orders for inspection and repair of life, health and safety issues ranging in value from $15million to $20 million at the same time. Provide information on the magnitude of simultaneous task orders that you can handle. 15. Provide specific details on your current and projected capacity to perform an estimated task order for inspection and repair of life, health and safety issues ranging in value from $50 million to $100 million. Provide information on the maximum value of a task order that your firm can handle.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY12R0032/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02739323-W 20120506/120504234815-6e45b58f33f66bc347255b573b05d1e1 (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.