Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOURCES SOUGHT

Y -- RFI-Comprehensive Tactical Infrastructure Maintenance and Repair (CTIMR) Program - Attachment 1 CTIMR PWS

Notice Date
12/15/2016
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
RFI-HSBP1017R00004
 
Archive Date
1/7/2017
 
Point of Contact
Kevin P. Sarff,
 
E-Mail Address
KEVIN.SARFF@DHS.GOV
(KEVIN.SARFF@DHS.GOV)
 
Small Business Set-Aside
N/A
 
Description
CTIMR WA 2 Estimated Cost Averages (2014-2016) Attachment Environmental Best Management Practices (BMP) Attachment Maintenance Standards Roads 2 Attachment Maintenance Standards Roads Attachment Maintenance Standards Gates Attachment Maintenance Standards Fencing Attachment Maintenance Standards Bridges Attachment Maintenance Guide Attachment Yuma Guide Attachment TCA Guide Attachment RFI-Attachment 7 WMS Data Entry RFI- Attachment 6 Transition Planning Execution RFI- Attachment 5 TI Categories RFI- Attachment 4 Terms and Definitions RFI- Attachment 3 Plans and Reports RFI-Attachment 2 Performance Metrics RFI- Attachment 1a Key Personnel RFI- PWS for CTIMR WA 2 U. S. Customs and Border Protection Facility Management and Engineering Directorate Comprehensive Tactical Infrastructure Maintenance and Repair (CTIMR) Program Request for Information (RFI) and Industry Comment - Pre-Solicitation Notice 1. Instructions U. S. Customs and Border Protection (CBP) plans to issue a solicitation for its Comprehensive Tactical Infrastructure Maintenance and Repair (CTIMR) Program. This for the state of Arizona, covering two sectors identified as Tucson and Yuma Sectors. The government does not intend to award a contract on the basis of this Request for Information (RFI). The purpose of this RFI is to explain the proposed strategy of converting this requirement from cost reimbursement to a hybrid firm fixed price / IDIQ contract. This RFI is to elicit information from industry on the impacts of this strategy change including industry standards, data and current market place information from companies including small business firms. The information obtained through this RFI process will assist in developing the most suitable acquisition strategy. This is not a competition but an RFI at the pre-acquisition strategy stage. Accordingly, marketing and sales information is NOT solicited. Further, interested parties will not be reimbursed for any costs related to the development and submission of information in response to this RFI. 2. Background Section 102 of the Secure Fence Act requires the Department of Homeland Security (DHS) to construct - in the most expeditious manner possible - the infrastructure necessary to deter and prevent illegal entry on our Southern Arizona and California Border, including pedestrian and vehicle fencing, roads, and technology. Gaining effective control of our Nation's borders is a critical element of national security, and U.S. Customs and Border Protection (CBP) is constructing tactical infrastructure (TI) to better execute this vital mission. Under the Office of Facilities and Asset Management (OFAM) of CBP, the Border Patrol Facilities and Tactical Infrastructure (BPFTI) Program Management Office (PMO) - originally part of the Secure Border Initiative (SBI) - was established to acquire, maintain, and sustain all TI. The program develops and installs physical components (consisting mainly of roads, bridges, pedestrian and vehicle fences, gates, and lights) designed to consistently slow, delay, and act as persistent impedance to illicit cross-border activity. The TI requirements vary in scope by each Sector, and may also include, but not be limited to tower sites (not including the towers or equipment on the towers) and patrol roads as defined by the government. TI, in turn, helps increase the level of operational control by the Border Patrol between the Land Ports of Entry (LPOEs). Fencing is but one element of this layered defense-in-depth plan. Attachments that are included in this Request for Information are as follows: Performance Work Statement (PWS) Tucson and Yuma Maintenance Guides Historical Cost Associated with the Work 3. Facilities Preventive and Remedial Maintenance Services Please refer to PWS for a general description of services required by this RFI. The proposed North American Industry Classification System (NAICS) Code for this RFI is: 237990 - Other Heavy and Civil Engineering Construction 4. General Description of Services The purpose of the contract is to provide maintenance and repair, and project improvement services to CBP Tactical Infrastructure. A rough draft of the Performance Work Statement has been included in this RFI as Attachment 1. The work is classified into five (5) work categories which are as follows: 1) Fences and Gates 2) Roads and Bridges 3) Drainage and Grate Systems 4) Lighting and Electrical Systems 5) Vegetation Control and Debris Removal 5. Acquisition Strategy The government's desire is to develop a cost effective, responsive contract that is not overly administratively burdensome for either party (the government and the awardee(s)). A full and open competitive acquisition with significant small business goals is contemplated but the government has not ruled out the possibility of a small business set-aside. 6. RFI Submission Instructions The scope of the program is described within this RFI. Responses and input from interested parties are elicited. In responding to this RFI, please provide the following: A two to three (2 - 3) page summary of your company's services and relevant experience including NAICS and SIC codes that pertain to the prospective tasks. Responses to the following questions, limiting your total responses up to 10 pages (8.5" x 11" inch pages, Times New Roman font size 12). Contractors should respond to this RFI by e-mail (only) to KEVIN.P.SARFF@cbp.dhs.gov and copy to yolanda.s.brown@cbp.dhs.gov. Please submit electronic responses (via email) to the POC's above no later than December 23, 2016 at 3:00pm EST. Please address the following questions. RFI responses will NOT be shared with other parties and will solely be used as part of the procurement planning process. 7. Questions 1) Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address, and Size of your Organization (i.e. Large Business, Small Business) using NAICS Code 237990 as the basis for your response. 2) How many years of experience does your company have with similar projects? 3) What are best practices or lessons learned based on your experience that you feel are important and applicable to this requirement? 4) The purpose of this RFI is to elicit data and current market place information from companies including small business firms. a. Can this work, or portions of it, be performed by small businesses? b. What percentage of work can be completed directly by a small business prime contractor, without subcontracting? c. If subcontracting will be required, which of the services listed in Section 4 of this RFI will need to be subcontracted? 5) Are you a Small Business? If so, what category (small disadvantaged, service disabled veteran owned business, HUBZone, etc.) does your company qualify as? 6) The government is considering a full and open competition, if a small business set-aside is not feasible. What small business subcontracting goals would be reasonable if such a determination is made? 7) Considering the type of work, equipment requirement, and materials required; do you concur with CBP's hybrid firm fixed price acquisition strategy? If not, please explain. 8) In regards to the work categories defined in the PWS. Based on experience with similar projects, which work categories are least likely to be cost effective if a firm fixed price contract is awarded? 9) This contract will be performance-based. What performance measures should be utilized to determine performance relative to standards in administering the contract? 10) Briefly describe how you would address Quality Control on this type of contract and the impact remote locations would have on on-time delivery of services. 11) Other than cost, describe what would your company consider to be a differentiator between competitors? 12) Briefly discuss any teaming arrangements you have been involved in that may be relevant to the scope of services in this RFI. Were you the prime contractor? How were responsibilities distributed amongst the team and how was the team held accountable? 13) Does your company have experience with CBP (or any other US Government agency) with regard to background investigations? Do you have a security officer to facilitate the submission of the background investigation packages for contract personnel? Historical Cost Information A) Over the last three years, CBP has captured approximate cost averages listed in the Estimated Cost Averages CTIMR WA 2 Attachment. B) Please add any additional recommendations on topics that have not been addressed in the above questions. *Please note: additional documents such as TI Inventory Lists will be posted on FBO shortly as well
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/RFI-HSBP1017R00004/listing.html)
 
Record
SN04352628-W 20161217/161215234307-d498c8518e25a7572c0d3a6e2a36fdfc (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.