Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
SOURCES SOUGHT

99 -- Sources Sought: Global Logistics and Other Support Services to DoD

Notice Date
3/21/2012
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-12-R-0016
 
Response Due
4/10/2012
 
Archive Date
6/9/2012
 
Point of Contact
Sarah M. Tierney, 256-895-1219
 
E-Mail Address
USACE HNC, Huntsville
(sarah.m.tierney@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: Global Logistics and Other Support Services to DoD (GLOSS DoD) 1. Contract Information: The U.S. Army Engineering and Support Center in Huntsville (CEHNC), Alabama intends to solicit and award multiple, indefinite delivery/ indefinite quantity (ID/IQ) contracts for Base Camp set-up and operations, as well as other Logistical Support to DoD Units, located globally including within War Zones. Current operations anticipated include electrical inspections and repair of U.S. occupied facilities on Logistics Civil Augmentation Program (LOGCAP) supported bases and camps throughout the combat theater in Afghanistan. The contracts are anticipated to be awarded in 2013 with a one-year base period and four one-year option periods, for a total ordering period of at least five years during which to compete for task orders. The anticipated programmatic value of all task orders awarded under all of the ID/IQ contracts is $450M. Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine if the pool of qualified and interested small business firms is significant enough for a total set-aside competition restricted to small businesses or for a partial set-aside competition restricted to small businesses. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted full and open competition. The Government does not intend to rank submittals or provide any reply to interested firms. 2. Project Information: The primary focus of this effort is for low voltage electrical power system inspections of all U.S. occupied facilities and the ability to conduct immediate corrective actions for imminent life, health, and safety (LHS) hazards identified during the inspections. An additional requirement provides Fire Safety Program and Fire Brigade Training support to US Forces-Afghanistan (USFOR-A). This training supports fire safety concepts, fire protection and alarm systems, building codes and National Fire Codes and Standards. This support is critical due to the temporary nature of most of the facilities being utilized and the potential for catastrophic fires that could happen if facilities caught fire. The fire safety training also serves to ensure that potential electrical risks are reduced, which would decrease LHS hazards identified during the electrical inspections. The requirement will also include generator inspections and power optimization recommendations for systems providing low voltage electrical power to inspected facilities. These inspections, immediate corrective actions and documentation of other needed repairs support the congressionally mandated safety inspection program delineated in Section 807, "Policy and Requirements to Ensure the Safety of Facilities, Infrastructure, and Equipment for Military Operations" of the National Defense Authorization Act (NDAA) for Fiscal Year 2010 directs the Department of Defense (DOD) to conduct safety inspections of all facilities intended for use by US DOD personnel in present or future military operations. A wide range of other logistical support to DoD Units is anticipated. 3. Submission Requirements: This sources sought announcement is open for responses from both small and large businesses. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) 238210, Electrical Contractors and Other Wiring Installation Contractors. Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to sarah.m.tierney@usace.army.mil and tonju.l.butler@usace.army.mil no later than 10 April 2012 in the following format: Submissions should not exceed ten- 8.5 inches x 11 inches pages (five pages if printed two-sided). The submission should address all questions in the sources sought questionnaire below and your firm's ability to perform the requirement. This synopsis is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. No hard copy of facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Ms. Sarah Tierney, Contract Specialist at Sarah.M.Tierney@usace.army.mil or Ms. Tonju Butler, Contracting Officer at Tonju.L.Butler@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. SOURCES SOUGHT QUESTIONNAIRE 1. What is the name of your business? 2. What is your business address? 3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and e-mail address. 4. Is your firm a large business, small business, certified 8(a) business, certified HUBZone business, woman-owned small business, and/or service-disabled veteran-owned small business? (Specify all that apply.) 5. Would your firm propose on this project as a sole contractor, prime contractor with team member subcontractor(s), and/or as a joint venture? (If you have proposed a joint venture or prime/sub arrangement, identify your team members to the extent possible. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) 6. During the last five years has your firm ever executed a project in Afghanistan or Iraq? Describe the scope and size of project. 7. During the last five years has your firm deployed any employees to a War Zone? 8. During the last five years has your firm hired any third country workers (Non US and Non Local) to work on a project in Afghanistan or Iraq? 9. Does your firm have employees with a Secret Clearance? 10. During the last five years has your firm provided Common Access Cards to employees for work on Government projects? 11. Does your firm have experience in providing logistics support to personnel in a foreign country? 12. Identify with a "yes" or "no" your firm's demonstrated worldwide expertise/experience in each of the following services at remote locations within foreign countries. If yes, provide any supporting information. a. Electrical Inspection & Repair (low voltage). b. Fire Safety Program Support c. Fire Brigade Training d. Security for civilians e. Electrical Generators and Optimum Energy Efficiency f. Master Planning g. Transportation of Personnel and Equipment h. Temporary Housing at remote locations I. Office Space and Office Equipment J. Dining Facilities and Operation k. Water, Sewer and Electrical Power Supply
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-R-0016/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02702125-W 20120323/120321235217-2d2334076c93dfd012a7e0edd666ddde (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.