Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2012 FBO #3982
DOCUMENT

Z -- Project Labor Agreement Inquiry, RM 1113414, Energy - Modernize Industrial Control System, Naval Base Kitsap at Bremerton, Bremerton, WA and Naval Base Kitsap at Bangor, Silverdale, WA. - Attachment

Notice Date
10/17/2012
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
Solicitation Number
N4425513MKTG5
 
Response Due
10/31/2012
 
Archive Date
11/1/2012
 
Point of Contact
Angelina E. Perez, 360-396-0236
 
E-Mail Address
angelina.perez@navy.mil
(angelina.perez@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of the Navy, Naval Facilities Engineering Command, Northwest (NAVFAC-NW), Attn: Angelina E. Perez, 1101 Tautog Circle, Suite 313, Silverdale, WA 98315. Description This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool. The Government is seeking industry comments in relation to the use of Project Labor Agreements (PLA) in an upcoming project at Naval Base Kitsap at Bangor, Silverdale, WA, and Naval Base Kitsap at Bremerton, Bremerton, WA under NAICS classification 238210, Electrical Contractors and Other Wiring Installation Contractors. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. The general scope of this requirement is a Firm-Fixed Price (FFP) Design-Build Construction Contract for repair and modernizing the Industrial Control System (ICS) located in Naval Base Kitsap, Bremerton, WA, and Naval Base Kitsap, Bangor, WA. The type of work includes the repair and/or replacement of existing Direct Digital Control (DDC) building controllers, installation of new DDC building controllers and sensors, installation of computer workstation at designated network access point, programming and reprogramming of (DDC) controllers to optimize data collection, and other related incidental work. Controllers at each facility will be integrated into the existing Naval Regional Northwest Industrial Control System (NRNW ICS) for the purpose of data collection to improve energy, water and maintenance savings. The NRNW ICS network servers are located in the ICS Operation Center Building 1305 at Naval Base Kitsap Bangor. The NRNW ICS uses Tridium ™s Niagara AX based Architecture which use Transmission Control Protocol/Internet protocol (TCP/IP) and Hypertext Transfer Protocol (HTTP) to communicate with Building Level Controllers. A Web-based interface gathers real-time and historical data generated by intelligent sensors, device level controllers, and building controllers and generates Web pages accessible through Web browser on each access point workstation and at the ICS Operation Center at Naval Base Kitsap Bangor. Many buildings have existing DDC building level controllers manufactured by many different vendors which are required to be made compatible with Niagara AX. The estimated total contract price range, per FAR 36.204, is between $10,000,000 and $25,000,000. This procurement shall be in accordance with FAR 52.225-11/12, Buy American Act “ Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract similar to the scope indicated. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. Total pages limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information form response and 2 single sided 8 ½ x 11 pages for a cover letter. Using the forms provided, the following information is requested: 1) Cover Letter, including the following: a) Name of the Firm, DUNS number, address and point of contact information. b) Identify the size of your company (i.e. SBA certified 8(a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, Small Business concern, and/or a large business.) For more information on the definition or requirements for these, refer to http://www.sba.gov/. c)List any previous experience with contracts including PLA ™s. 2) Completed Project Labor Agreement Inquiry Form. Please respond to this sources sought announcement by 2:00 p.m. Wednesday, October 31, 2012 to Naval Facilities Engineering Command, Northwest, Attn: Angelina E. Perez, 1101 Tautog Circle STE 313, Silverdale, WA 98315. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the feedback. However, NAVFAC NW will utilize the information for technical and acquisition planning. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. All NAVFAC NW solicitations are posted on www.neco.navy.mil beginning with "N44255".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425513MKTG5/listing.html)
 
Document(s)
Attachment
 
File Name: N4425513MKTG5_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx (https://www.neco.navy.mil/synopsis_file/N4425513MKTG5_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4425513MKTG5_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02914971-W 20121019/121017234029-8b6d12fdec779255d597dda1ac8eef79 (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.