Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOLICITATION NOTICE

C -- A-E Services for Commissioning for Missile Defense, European Deployment

Notice Date
3/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Corps of Engineers, Europe District, Contracting Division, Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-09-R-0022
 
Response Due
4/16/2009
 
Archive Date
6/15/2009
 
Point of Contact
Elaine Gray-Frasure, 611-816-2429<br />
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, hereby solicits for two Commissioning Services Indefinite Delivery Contracts (IDC) to be procured in accordance with the Brooks Act (Public Law 92-582) and Federal Acquisition Regulation Part 36. It is anticipated that two IDCs will be negotiated and awarded to two successful Commissioning Firms in the third quarter of Fiscal Year 2009. Each contract period is not to exceed five years. The amount of work in each contract will not exceed $12,000,000, with a maximum limit per task order of $10,000,000. Work will be issued by negotiated firm-fixed-price task orders not to exceed the maximum limit per task order. 2. GENERAL INFORMATION: Total Building Commissioning services are required for Commissioning of various U.S. military projects primarily within Poland and the Czech Republic in support of the Missile Defense Program, but may include projects anywhere within the U.S. European Command area of operation and responsibility. 3. REQUIRED SERVICES: Total Building Commissioning services are required for Commissioning of various U. S. military facilities and infrastructure including command and control facilities, communications, maintenance and storage facilities, security and entry control facilities, power plants, boiler plants, chiller plants, fuel storage and dispensing, clean rooms and all supporting infrastructure including HVAC, security/lighting (classified storage and equipment security), tempest and hemp protection, water treatment and distribution, sewer, gas and electric service, fire protection and alarm systems, physical security; and telecommunications systems. Commissioning services include design reviews to insure compliance with project requirements, user intent, codes and standards, value engineering studies, life-cycle cost management, cost validation, developing commissioning plans, quality assurance reviews, review of equipment submittals to ensure commissioning-related aspects, conducting commissioning meetings, ensuring all systems and components are installed, tested, and begin operation as designed, developing functional performance testing protocol and witnessing tests, quality control of operations and maintenance documentation and training. Projects may contain classified information. Personnel working on any classified portions of the projects must be able to obtain and maintain a Government Security Clearance of Secret. 4. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. A. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: Address the specialized experience and technical knowledge within the last 5 years in the type of work described in, REQUIRED SERVICES, section 3 of this announcement. Firms must demonstrate the specialized experience and technical competence of the proposed team, i.e., the prime contractor, joint venture partners, consultants, subcontractors and/or free-lance associates within the last 5 years in the types of work involved as described in, SERVICES REQUIRED, section 3 above. For firms who team additional credit will be given to submittals with letters of commitment from team members. Project descriptions should show explicit experience pertinent to this announcement. B. PROFESSIONAL QUALIFICATIONS: The Commissioning Firm, or proposed team,shall collectively possess certifications from the Associated Air Balance Council (AABC), the Building Commissioning Association (BCA), the National Environmental Balancing Bureau (NEBB), the Testing Adjusting and Balancing Bureau (TABB), or other national or international controlling bodies or associations or equivalents. The Commissioning Firm shall be familiar with European construction practices, materials and standards. The Commissioning Firm shall be or possess a U.S. Registered Engineer or European equivalent. Identify the qualifications of all key personnel in the following disciplines: Project Manager, Architect, Civil Engineering, Electrical Engineering, Structural Engineering, Mechanical Engineering, Power Engineering, Stationary Engineering, Environmental Engineering, Fire Protection, Security, Industrial Engineering, Communications, Cost Engineering. One or more of the professionals as key personnel in these disciplines shall have experience in the services described in, REQUIRED SERVICES, section 3 of this announcement. The qualifications evaluation will consider the education, training, certification, overall and relevant experience and longevity with the proposed Commissioning Firm team for all proposed key personnel. C. PAST PERFORMANCE. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from PPIRS and other sources. D. CAPACITY. Capacity to perform approximately $5,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. Firms must address and demonstrate the capacity to execute multiple Task Orders simultaneously. E. KNOWLEDGE OF LOCALITY: Provide information showing the teams knowledge of locality of Europe and familiarity with the Europe Districts area of operations, and knowledge of U.S. and host nation legal and technical regulations, including experience in applying host nation legal and technical regulations to military projects. More credit will be given to knowledge of locality in Eastern Europe. 5. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit two copies of Standard Form 330 for the prime firm, and if applicable for all joint venture partners, and if applicable for the proposed team including consultants, subcontractors, and free-lance associates, etc. to the address below not later than 1600 Central European Time on the closing date of this announcement. The SF 330 Part I shall not exceed 75 pages (8.5 x 11 or A4), including no more than 20 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than 12. Firms responding to this announcement after the closing date and time will not be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission. This is not a request for proposal. Include the firm's point-of-contact, email address, and telephone number in the submittal. Joint Ventures must submit the following additional documentation of evidence of a Joint Venture entity: a) A copy and a translation in English, of a legally binding Joint Venture agreement, and b) Identification of the party who can legally bind the Joint Venture. If the firm is teaming, and additional credit for any of the selection criteria is sought because of the qualifications of team members, then letters of commitment from team members are required and must be submitted. 6. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advisable. Firms responding to this announcement are requested to inform one of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. A. For US/Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Raquel Blankenhorn) Announcement W912GB-09-R-0022 CMR 410, Box 7 APO AE 09096 B. For German postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Box 7/Raquel Blankenhorn) A-E Announcement W912GB-09-R-0022 Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany 7. POINT OF CONTACT for additional information: Ms. Raquel Blankenhorn, Contract Specialist E-mail: Raquel.blankenhorn@usace.army.mil Phone: +49-611-9744-2372 (outside Germany); (0)611-816-2372 (within Germany)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4558a5a31b2e42fba77c55d6ce2e72c9&tab=core&_cview=1)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE<br />
Zip Code: 09096<br />
 
Record
SN01771178-W 20090319/090317220539-4558a5a31b2e42fba77c55d6ce2e72c9 (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.