Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOURCES SOUGHT

R -- Resource Efficiency Manager (REM) and Energy Conservation Management Support Blanket Purchase Agreements.

Notice Date
5/4/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-15-T-9988
 
Response Due
5/11/2015
 
Archive Date
7/3/2015
 
Point of Contact
Sharon Gonzalez, 206-764-6588
 
E-Mail Address
USACE District, Seattle
(sharon.j.gonzalez@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Seattle District, US Army Corps of Engineers, Seattle, Washington intends to establish a pool of Blanket Purchase Agreements (BPAS) to provide Resource Efficiency Manager (REM) and Energy Conservation Management Support. 1Description of Services/Introduction: a.The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide a focused and coordinated effort to improve the energy efficient operation of key facilities, equipment and control systems, address demand reduction, and research/facility energy conservation programs. The contractor shall perform as defined in subsequent BPA Calls except for those items specified as government furnished property and services. b.Services shall be provided in support of the installation's efforts to reduce energy and water consumption, greenhouse gas emissions, utilities costs, and comply with all applicable energy related federal laws and Executive Orders, such as the Energy Policy Act of 2005 (EPACT 2005), Executive Order 13423 quote mark Strengthening Federal Environmental, Energy, and Transportation Management quote mark and the Energy Independence and Security Act (EISA) of 2007. c.The Contractor shall provide services to identify opportunities and provide workable solutions/recommendation to reduce utility costs, consumption, and demand. Certification by the Government of satisfactory services provided is contingent upon the Contractor performing in accordance with the terms and conditions for each BPA Call. The BPA Provider shall work with the Contracting Officer's Representative (COR), Project Manager, and the Installation's Energy Program Manager to prioritize resources and to ensure that the support services meet the installation requirements. d.The potential Master Agreement term is for 3 years. We intend to award multiple BPA Master Agreements with accumulative maximum potential value of not to exceed $1,000,000.00. Individual calls placed will not exceed $150,000.00 each. All small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The appropriate NAICS Code is 541330, size standard is $38.5 million, 2. It is requested that interested sources submit to the Contracting Office a brief capabilities statement package demonstrating ability to perform the requested services identified in this survey. This documentation shall address, as a minimum, the following: a.Company profile: Provide firm's name, address, POC, phone number, email address; number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. b.Relevant Experience: Provide relevant experience performing efforts of similar scope and duration within last five (5) years, including contract number, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the services described in paragraph 1. Also see the attached Performance Work Statement (PWS). THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR QUOTATION/ PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. This package shall be sent by e-mail to the following address: sharon.j.gonzalez@usace.army.mil and clearly labeled with the form name and sources sought title: Resource Efficiency Manager (REM) and Energy Conservation Management Support BPA for Seattle District, US Army Corps of Engineers, Washington. Submissions must be received at the office no later than 2:00 PM, Pacific Time, on 11 May 2015. Questions and comments regarding this notice may be addressed to sharon.j.gonzalez@usace.army.mil, (206)764-6588.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-15-T-9988/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03718961-W 20150506/150504234642-827abe1062f03fd516ffd558a446d1dc (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.