Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
SOURCES SOUGHT

R -- Construction Surveillance Services

Notice Date
10/14/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB-17-X-0015
 
Archive Date
11/12/2016
 
Point of Contact
Dean P Deford,
 
E-Mail Address
dean.p.deford@usace.army.mil
(dean.p.deford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR CONSTRUCTION SURVEILLANCE SERVICES The intent of this market survey is to identify capable firms interested in meeting the project description listed below: Proposed work to be performed under the following North American Industry Classification (NAICS) codes as follows: 541330 Engineering Service-Professional, Scientific and Technical Service. The US Army Corps of Engineers, Europe District (NAU) is located Outside the Continental United States (OCONUS), achievement of small business goals is not applicable and no consideration will be given to Small Business Programs for this requirement. NAU anticipates soliciting and awarding a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, to be procured in accordance with the Federal Acquisition Regulation Part 15. The IDIQ contract is anticipated to have a total monetary capacity of approximately $49,500,000 for five years (one (1) three (3) year base and two (2) one year option periods). The specific work requirements will be negotiated and issued on an individual basis as firm fixed price task orders. A current Defense Security Service (DSS) Top Secret (TS) Facility Clearance Level (FCL) shall be required for firms to be able to participate in the solicitation. PROJECT DESCRIPTION: The Department of Defense (DoD) requires security related engineering, surveillance, inspection, analysis, development, acquisition, installation, testing, trailing, operations, maintenance and management specifically related to physical security of new construction or renovations of US-Only Secure Facilities within the USACE Europe District area of responsibility within Europe. Physical and construction security monitoring support for construction of US-Only Secure Facilities, in accordance with Intelligence Community Directive 705(ICD 705), will be required. Functional components of the required systems may include management systems (software applications, computer, displays); ground sensors and surveillance (perimeter, interior, seismic, acoustic, magnetic, IR, microwave, fiber, imagery, X-Ray, inspections, Quality Control/Assurance); information transfer systems (communication systems, radios, wireless, infrastructure (LANs/WANs, routers, hubs)); information management systems (crisis/consequence management, web-based databases/tools); electro-mechanical security devices and subsystems; provisions for information assurance; command, control, communications and intelligence (C4I) subsystems and peripheral hardware, active surveillance force support (and equipment/supplies), technical surveillance and counter measures (and equipment/supplies) and training of construction surveillance, strategies, risk analysis, monitoring, observation, etc. If your firm is interested and capable of performing the work identified in the project description then please provide a response to the MARKET SURVEY. Responses to this MARKET SURVEY must contain the following information: 1). Statement that your firm is interested in submitting a proposal for this project if it is formally advertised. 2). Statement that your firm holds a current DSS Top Secret Facility Clearance Level. 3). Name of the company to include address, phone and Point of Contact. 4). Company CAGE code and DUNS number. 5). Statement of Capability (SOC) stating a minimum of three (3) recent specific government or commercial contracts/projects your firm has performed as the prime contractor to demonstrate your company's recent experience, past performance, and knowledge required to perform this work (ICD 705 related work). Recent is defined as having been 100% completed within the five years prior to the submission due date. Your firm shall identify whether any work stated in the SOC was completed independently as the prime contractor or affiliated with another contractor (in a joint venture or as a subcontractor). If your role was as a sub-contractor, describe the security services your company provided. For each project listed in your SOC as the prime contractor, provide a project title, total contract amount, location and customer Point of Contact. Indicate how many projects, at what value, were done simultaneously. Firms are advised that while experience older than five years or not yet 100% complete may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. USACE may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Responses to this Sources Sought announcement are due no later than 14:00 CEST (Central European Summer Time) on Friday 28 October 2016. Please address your response to USACE, Europe District, Attn: Dean DeFord, Konrad Adenauer Strasse 39, 65189 Wiesbaden DE. You may also email your response to Dean.P.DeFord@usace.army.mil. All USACE, Europe District solicitations are posted on the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ and begin with W912GB. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist NAU in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized in FedBizOpps only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-X-0015/listing.html)
 
Record
SN04304938-W 20161016/161014234108-aa0050ce99576c448fc3fdc3595976ca (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.