Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2008 FBO #2328
SOURCES SOUGHT

99 -- Engineering Services

Notice Date
4/9/2008
 
Notice Type
Sources Sought
 
Contracting Office
BUREAU OF RECLAMATION PO BOX 25007, 84-27810 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
08AN810147
 
Response Due
4/18/2008
 
Archive Date
4/9/2009
 
Point of Contact
Joy Ewalt Contract Specialist 3034452437 jewalt@do.usbr.gov;
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY (RFI/SOURCES SOUGHT) AND NOT A SOLICITATION. PLEASE DO NOT INCLUDE ANY PRICING INFORMATION IN YOUR CAPABILITY STATEMENTS. The Sources Sought is issued for the purpose of determining if there are at least three (3) responsible Small Business concerns capable of meeting the Agency's requirement. In addition interested sources must submit a brief Capability Statement SPECIFIC to the requirements outlined in this announcement. The Government intends to use NAICS: 541330 Employee Size Standard 4.5M. It is anticipated that the period of performance will consists of one base year, plus four one-year option periods. Requirement Background and ObjectiveThe Bureau of Reclamation has a requirement to obtain A&E related Engineering Services for Security Upgrade projects throughout the Western United States. These services will support the overall mission of the Security Safety Law Enforcement (SSLE) Office. Key objectives of the resultant contract will consist of, but will not be limited to: Consulting services for the identification of site-specific strategies designed to mitigate risk to Reclamation assets; this will also include on-site surveys to determine existing site conditions; and will require the design & specification of physical and technical security systems to provide an appropriate level of asset protection while balancing the priorities of protection, cost, operation, and maintenance; and will require project management and inspection services during the installation phase of the resultant contract. Core RequirementsCore tasking under the anticipated contract will include, but is not limited to: Scoping and Site-Survey efforts at various West Coast sites; Engineering Site-Survey tasking; Design and Specification package preparation; Conducting Value Engineering Study and Reporting; Engineering Study and Report; Conducting Training and preparation of Training Related Material; Installation-Phase Project Management; Installation-QA/Safety Inspection and Reporting; System Testing and Reporting, and Post-Construction Support. In addition, the successful offeror shall provide the following list of Key Personnel, under the Prime Contract: Program Manager; Project Manager; Sr. Design Engineer; Sr. Engineer; Engineering Technician; Electrician Technical Writer; Cost Estimator; Drafter II; Drafter IV, and Inspector. Note: Design documents shall be produced to ensure constructability by a construction company to the specialized site defined specifications. All other services shall be applicable to the engineering firm selected. In accordance with the Federal Acquisition RegulationFAR 36.209 Construction with architect-engineering firms "No contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative." Capability StatementInterested Small Business concerns shall e-mail or fax a brief capability statement, signed by a corporate official with authority to bind the company. The capability statement shall not exceed ten (10) pages, and must describe the company's qualifications and ability to meet the work requirements identified above (i.e., specific to this RFI). Interested firms must identify their Small Business Status (e.g. 8(a), HUBZone, service-disability veteran-owned, Alaskan Native Corporation (ANC), etc.). Please include all SB areas that your company is certified under. Interested parties may also, include a GSA contract number and corresponding schedule number (if applicable). The statement shall be transmitted either by e-mail or fax; to jewalt@do.usbr.gov or 303-445-6345 (fax), by 4:00 p.m. MST on April 18, 2008. PLEASE DO NOT INCLUDE ANY PRICING INFORMATION IN YOUR CAPABILITY STATEMENTS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=28b4a9888526f5e93a82f37db1184153&tab=core&_cview=1)
 
Place of Performance
Address: 17 Western States
Zip Code: 802250007
 
Record
SN01550734-W 20080411/080409220746-28b4a9888526f5e93a82f37db1184153 (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.