Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2004 FBO #0815
SOLICITATION NOTICE

C -- Power Systems Engineering for U.S. Embassies

Notice Date
2/17/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
S-ALMEC-04-R-0029
 
Response Due
3/19/2004
 
Archive Date
4/20/2004
 
Point of Contact
Suzanne Sharp, Contract Specialist, Phone 703-875-4864, Fax 703-875-6292, - Patricia Regalo-Warren, Branch Chief/AE, Phone 875-6282,
 
E-Mail Address
sharpst@state.gov, regalo-warrenpa
 
Description
POC: Suzanne Sharp – A/LM/AQM/FDCD/AE – (703) 875-4864 The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations Facilities Management Division, anticipates awarding at least two indefinite quantity/indefinite delivery contracts for power systems engineering and technical services for U.S. Embassy facilities worldwide. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $25,000 in task orders over the life of each contract. The total amount of orders issued under each contract shall not exceed $3,000,000 per year. Public utilities, as well as private firms, are invited to reply. The contract 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) troubleshooting and correcting 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) strong purchasing and logistical support; and 6) experience working 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). The following labor categories are required, at a minimum: Project Manager, Senior Electrical Engineer, Junior Electrical Engineer, Electrical Technician, CAD technician, quality assurance inspector, master electrician, and journeyman electrician. In order to be eligible to perform under this contract, the successful offeror must be able to obtain a Department of Defense (DoD) Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Specifically designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). Subcontractors who will require access to classified information must also possess a DoD Secret FCL. All offerors will be required to comply with security requirements as detailed in the NISPOM. If a selected offeror does not possess the necessary FCL, the Department of State will sponsor the firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months from selection of the final offeror will be allowed for this offeror to obtain the necessary FCL. After this period the Government may, at its discretion, consider awarding the contract to another firm or awarding less than two contracts under this effort. Firms, which form joint ventures, must also comply with the above FCL and personnel security clearance requirements. Firms responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria – 100 points maximum: a) Professional qualifications necessary for satisfactory performance of required services. Licensed or registered electrical engineers and electricians are required. - 30 points b) Specialized experience and technical competence in the type of work required, including, knowledge and experience with low voltage (208, 220, 230, 240, 480V) and medium voltage (up to 34.5KV) power systems. - 30 points c) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Providing services on a task order rapid response basis, coordinating efforts, either in-house or with consultants, and providing effective cost and quality control. Although previous performance of a similar U.S. Government contract is not required, if such a contract has been performed, the contractor must have performed satisfactorily. - 20 points. d) Capacity to accomplish the work in the required time. - 15 points e) Overseas experience with similar projects, and knowledge of foreign building codes, standards and construction practices. - 5 points Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requested information will result in failure to qualify. This is not a request for proposals. Since a contract may result in an award over $500,000, large business will be required to submit a small business-subcontracting plan prior to contract award. The DOS Fiscal Year 2004 subcontracting goals are: small business 40%; small disadvantaged business 5%; women-owned business 5%; HUBZone business 3%; and service disabled veteran business 3%. The small business size standard North American Industry Classification System code is 541330, $4.0 million average. Selection will be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 541, et seq.). After short-listing by a Selection Board, discussions will be held with at least three of the most highly qualified firms. Engineering firms, public utilities, or any other type of business that meets the requirements described in this announcement are invited to submit two copies of the following: (a) Standard Form 254 Architect/Engineer and Related Services Questionnaire, (b) Standard Form 255 Architect/Engineer and Related Services Questionnaire for Specific Project. Requests for clarification must be submitted, in writing, to Ms. Suzanne Sharp, e-mail address SharpST@state.gov. All SF 254/255 submittals must be received by 4:00 p.m., Eastern Standard Time, on March 19, 2004. U.S. Postal Service mailing address: Ms. Suzanne Sharp, U.S. Department of State, A/LM/AQM/FDCD/AE, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): Ms. Suzanne Sharp, U.S. Department of State, Office of Logistics Management, 1701 N. Fort Myer Drive (17th Street Entrance), Room L-600, Arlington, VA 22209. Note: The Post Office does not deliver to 1701 N. Ft. Myer Drive. *****
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/State/A-LM-AQM/A-LM-AQM/S-ALMEC-04-R-0029/listing.html)
 
Place of Performance
Address: Contractor's Place of Business
Country: United States
 
Record
SN00523150-F 20040219/040217221931 (fbodaily.com)
 
Source
FedBizOpps.gov 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.