Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2016 FBO #5308
SOURCES SOUGHT

J -- WebCTRL® Building Automation System - Draft PWS

Notice Date
6/3/2016
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
 
ZIP Code
98115-6349
 
Solicitation Number
NOAA-16-BAS
 
Archive Date
6/18/2016
 
Point of Contact
Carina Marie Topasna, Phone: 206-526-6350
 
E-Mail Address
Carina.topasna@noaa.gov
(Carina.topasna@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft BAS PWS REQUEST FOR FBO POSTING Posting Type: Sources Sought Notice Posting Date: June 3, 2016 Response Date: June 15, 2016 Archiving Date: June 18, 2016 Solicitation Number: NOAA-16-Automated Logic BAS Title: Automated Logic WebCTRL® Building Automation System Contract Specialist: Carina Marie Topasna I am requesting to post the following: THIS THIS IS A REQUEST FOR INFORMATION. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) is seeking sources capable of performing the requirements necessary to provide continued services to the existing Automated Logic WebCTRL® Building Automation System (BAS). Any information submitted in response to this Sources Sought Announcement is strictly voluntary. The Government will neither award a contract solely based on this notice, nor pay for any information submitted by respondents. This notice is a request by the Government to collect information from interested vendors for the purpose of market research. Failing to provide a response to this announcement will not prohibit/exclude an interested vendor from participating in a future solicitation. Scope The contractor shall provide management, supervision, labor, materials, equipment, tools, supplies, transportation, and any other items necessary for the inspection, testing, maintenance, repair, and replacement of system components that comprise the existing Automated Logic WebCTRL® BAS. The contractor shall have the expertise and corporate resources to provide the proper support. The contractor shall have locally available replacement parts inventory and the required qualified support staff to respond to emergency requests. The contractor shall also be responsible for the efficient, effective, economical, scheduled and unscheduled maintenance and repair of equipment and systems located at the Ted Stevens Marine Research Institute. Key Assumptions Estimated Period of Performance: September 2016 through September 2017, with four, one-year option periods. Location: Ted Stevens Marine Research Institute (TSMRI), 17109 Pt. Lena Loop Road Juneau, AK 99801. Contract Type: The Government contemplates the use of a Firm Fixed Price contract with limited reimbursable Time-and-Materials contract line items. NAICS and Small Business Size Standard The Government contemplates the use of the North American Industry Classification Code (NAICS) 238210 Electrical Contractors and Other Wiring Installation Contractors. Although this is an open Sources Sought for all interested parties regardless of size, small businesses are encouraged to respond. The Government encourages comment on the NAICS code selected, and other NAICS codes that would be more appropriate. Interested Contractors are requested to provide the following information in response to this Sources Sought Announcement: 1) A statement as to why you believe your firm has the capability to meet all these requirements and perform these services. 2) Your firm's DUNS number & CAGE code. 3) Your firm's SBA certified small business concern status. Specifically identify if your firm is HUBZone-certified, Service Disabled Veteran Owned, Women Owned, or in the SBA's 8(a) program. If your firm is not small, please state that it is a large business. 4) A brief description of your firm's recent past experience (within past 3 years) performing similar services. 5) Provide comments about the requirement that are pertinent to this requirement of services, and any deficiencies that would, (i.e. hamper competition, limit sources, unclear guidance, etc.) The information provided in response to this announcement is requested to be limited to seven pages or less. All information shall be provided free of charge to the Government. The Government will not return any data provided in response to this announcement. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses shall be provided to Contract Specialist, Carina Marie Topasna, via email at carina.topasna@noaa.gov no later than 2:00 PM (Pacific Time) on Wednesday, June 15, 2016. Information must be received by the Contract Specialist, Ms. Carina Topasna, at carina.topasna@noaa.gov by close-of-business on Wednesday, June 15, 2016. Do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to the above e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NOAA-16-BAS/listing.html)
 
Place of Performance
Address: Juneau, AK, Juneau, Alaska, 99801, United States
Zip Code: 99801
 
Record
SN04138020-W 20160605/160603234512-7c357fda680a7a22a079401dbefa7c70 (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.