SPECIAL NOTICE
99 -- NOTICE OF INTENT TO INCREASE PROGRAMMTIC CAPACITY
- Notice Date
- 2/3/2009
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY09RAFCS
- Archive Date
- 5/4/2009
- Point of Contact
- chaquandra, 256-895-1897<br />
- Small Business Set-Aside
- N/A
- Description
- The U. S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC), intends to increase the programmatic capacity of Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract W912DY-07-D-0007. The Army Facilities Component System (AFCS) is a military engineering and construction database system for engineers and military planners to use in construction of facilities and installations for military Theaters of Operations (TO). The AFCS is composed of planning guidance, Computer Aided Draft Designs(CADD), Labor and Equipment Estimates (LEE), bill of materials (BOM), Theater Oriented Guide Specifications (TOGS) and logistics data within an automated data base that proscribes installations, austere facilities, and other contingency structures and works commonly required by military forces for base development, lines of communication, and tactical operations support. In 2004 CASA Designs was initially awarded a sole source three year ID/IQ contract valued at $4,750,000 in support of the AFCS system. Contract W912DY-07-D-0007 was awarded in September of 2007 and consists of one (1) base year and up to four (4) one-year option periods. The awarded programmatic capacity was $9,400,000.00. This capacity was established prior to the award based on an analysis of the type of work required, anticipated workload, effects on competition, and historical AFCS contract/program data. Based upon future anticipated requirements, it is believed to be necessary that the Government modify contract W912DY-07-D-0007 to increase the programmatic ceiling by $10,000,000.00 which would result in a total programmatic ceiling of $19,400,000.000. The original basic contract Scope of Work for this contract will remain unchanged; the contract ordering period will also remain unchanged. As a result, the Government is currently performing market research to determine if there are other vendors, large or small, who are capable of performing the technical support, maintenance, and design requirements represented by this increased capacity. The basic requirement is to perform studies and develop austere contingency designs and support data. AFCS designs are reviewed and updated to utilize unique state-of-the-art technology in construction designs, materials, and techniques within Army transformation to conserve resources. The AFCS database enables users to adapt required building materials to local customs. The AFCS design library contains simple and standard temporary facility designs that require minimum engineer support to be assembled. These designs allow non-engineer troops or indigenous labor to perform the majority of the work which enables the engineer to oversee multiple projects simultaneously. Services to be provided include, but are not limited to: (1) The development, conversion, and revision of drawings, bill of materials (BOM), Labor and Equipment Estimates (LEE) and construction process management estimates for a variety of facilities and installations in Army contingency operations; (2) Input of drawings, bill of materials (BOM), Labor and Equipment Estimates (LEE) and construction process management estimates into the AFCS32 database; (3) Revision and maintenance of Army Facilities Component System (AFCS) standards technical manual (TM); (4) Analysis of Theater of Operations (TO) Army Construction and facility requirements and preparation of criteria and plans for updating AFCS, AFCS32 designs and TOGS to satisfy those requirements and (5) Preparation of AFCS and AFCS32 drawings using Computer-Aided Design techniques and provision of digitized drawing in AFCS and AFCS32 input format. Unless a basis exists to procure the above increased capacity competitively, the Government intends to award the modifications to this contract consistent with the terms identified within this announcement upon the basis of the authority provided in 10 U.S.C.2304(c)(1) and implemented by FAR 6.302-1(a)(2), only one responsible source and no other services will satisfy. The Government will support the proposed non-competitive action by written justifications and obtain appropriate approval prior to proceeding. Statements and/or written inquiries may be directed to Chaquandra Wilson, via e-mail at Chaquandra.k.wilson@usace.army.mil by 4:00 PM CST on 18 February 2009. Submissions should not exceed five (5) pages in length and shall address the following: 1. Name of your business, business address, and responsible point of contact (their phone number, and e-mail address). 2. Type of business concern(i.e. small business, certified 8(a) small business, certified HUBZone business and/or Service Disabled Veteran Owned concern, etc according to NAICS code 541512 ( specify all that apply). If applicable, please indicate that your firm is a large business concern. 3. Experience in providing military contingency design and construction in support of military operations or involvement in such services. Please provide customer references, locations, scope of effort, dollar value, and dates for efforts performed within the past five years. 4. Presence of a construction materials database that covers all of the Combatant Commanders Areas of Responsibility or the ability to develop one prior to proposal submission (tentatively anticipated on or before 16 March 2009). If so, please provide a brief description of your plan to create and implement a database of this sort. 5. Presence of a military engineering labor and equipment database or ability to develop one prior to proposal submission (tentatively anticipated on or before 16 March 2009). If so, please provide a brief description of your plan to create and implement a database of this sort.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=baf122849ebaae8749f33bbe8c04bf9a&tab=core&_cview=1)
- Record
- SN01743384-W 20090205/090203220251-baf122849ebaae8749f33bbe8c04bf9a (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 |