Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2008 FBO #2525
SOURCES SOUGHT

C -- Vertical Transportation Consulting Services

Notice Date
10/23/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
CF2008-01
 
Archive Date
11/18/2008
 
Point of Contact
Sonya C. Fields, Phone: 7038756624, Sonya C. Fields,, Phone: 7038756624
 
E-Mail Address
fieldssc@state.gov, fieldssc@state.gov
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information only. This is not a solicitation or request for proposals. (a) As prescribed in Federal Acquisition Regulation 15.209(c), The Government does not intend to award a contract on the basis of this Request for Information or to otherwise pay for the information requested except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This Request for Information is issued for the following purpose: The U.S. Department of State, Office of Logistics Management on behalf of the Overseas Buildings Operations, is seeking small business firms that are capable of providing vertical transportation consulting services for design, engineering, project management, safety inspection and testing and training worldwide. The projects will be for vertical transportation consulting services for new elevator and escalator installations, operations and modernization to include but are not limited to: resolution of difficult elevator engineering problems; elevator site surveys; traffic analysis; CADD-generated design drawings; preparation of detailed specifications and statements of work; budget estimates; analysis/review of shop drawings and proposal submittals; safety inspection and testing in accordance with applicable elevator standard; comprehensive quality control reports; accident investigation and expert court testimony; and to provide any other subcontractors necessary to meet the contract's needs. Sought services include the following disciplines, at a minimum: Senior Elevator Consultant, Junior Elevator Consultant, Licensed Mechanical Engineer, Certified Elevator Inspector, CADD Technician, Clerical Assistant, Security Officer and Cost Estimator. It is requested that the small business firms provide the following information: 1)Qualifications of team members, with an emphasis on those in key roles. Please include applicable licenses, registrations, and certifications, as well as other indicators of high quality professional performance. 2)Specialized team experience and technical excellence in vertical transportation consulting services. 3)Examples of the team’s ability to conceive, develop, and deliver projects of outstanding quality using Foreign/U.S. elevator and escalator standards. If sufficiently qualified small business firms are identified: It is anticipated that one or more indefinite delivery/indefinite quantity contracts will be awarded. The total amount of services awarded under each contract shall not exceed $300,000 per year. In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DoD) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Personnel requiring access to classified information or Controlled Access Areas (CAAs) at DoS locations must possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). If a selected offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of 90 days from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider not awarding the contract to the uncleared selected offeror. Firms which form joint ventures must also comply with the above FCL and personnel security clearance requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. Please note that qualified small businesses may have to meet "United States Person" requirements, as defined in the Act mentioned below. The offeror will have to complete and submit as part of its qualification package the pamphlet, Certifications Relevant To Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986. SUBMISSIONS ARE NOT REQUIRED AT THIS STAGE OF THE ACQUISITION. If a joint venture is formed, the company having 51 percent or greater interest in the JV shall be the one completing the pamphlet. This is a pass/fail evaluated area. Small businesses who do not receive a pass rating will not be further evaluated. This Sources Sought incorporates provision 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) as prescribed by 15.209(c) Requests for clarification must be submitted, in writing, to Ms. Chrissie Fields, no later than 3:00 p.m., Eastern Daylight Time, on October 28, 2008. The e-mail address to submit clarification questions is Fieldssc@State.Gov. Informational material must be received by 3:00 p.m., Eastern Daylight Time, on November 3, 2008. Your material may be submitted via e-mail at Fieldssc@state.gov, via U.S. Postal Service to Ms. Chrissie Fields, US Department of State, A/LM/AQM/FDCD/AEB, Room L-600, P.O. Box 9115, Arlington, VA 22219 or via courier (Federal Express, UPS, etc) to: Ms. Chrissie Fields, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive (17th Street Entrance), Room L-600, Arlington, VA 22209. This is not a solicitation or request for proposals.*****
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f573a581da7e1cf8f82570c61affb95b&tab=core&_cview=1)
 
Place of Performance
Address: Worldwide, United States
 
Record
SN01695733-W 20081025/081023220855-f573a581da7e1cf8f82570c61affb95b (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.