SOURCES SOUGHT
Y -- Recapitalization of Un-interupted Power Supplies and Load Centers - Examples
- Notice Date
- 11/3/2016
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-17-S-ELCO
- Point of Contact
- Peter G. Zizos, Phone: 4109625611
- E-Mail Address
-
peter.g.zizos@usace.army.mil
(peter.g.zizos@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Capabilities Example is for informational purposes only. The Statement of Affiliation example is for informational purposes only. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NOT A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. RESPONSES ARE DUE NO LATER THAN 4:00 P.M. EASTERN STANDARD TIME NOVEMBER 18, 2016. This is a market research tool to determine the availability of sources prior to issuing a request for proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Baltimore District of the US Army Corps of Engineers, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on submittals or offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The contemplated work shall be completed within 24 months from receipt of notice to proceed. Work performed will be within the North American Industry Classification System (NAICS) Code 238210 -- Electrical Contractors and Other Wiring Installation Contractors with a small business size standard of $15 Million. A Design-Bid-Build construction project is contemplated at this time. The magnitude of the requirement is $10-25 Million. An active TOP SECRET Facility Clearance (TS FCL) is desired at the time the offer is due, however the TS FCL will be required at time of award, and throughout the life of the contract. All Contractors must submit a Statement of Affiliations (SOA) certified by company officials and agreement to obey full document control procedures associated with any documents in solicitation. SOAs will be requested with the pre-solicitation notice and shall be current with proposal submission, should a solicitation be issued. A copy of the Statement of Affiliation is attached for information purposes. All personnel doing work on facility, including any subcontractors who require access to the Site shall be United States citizens without any felony convictions. Proof of the Clearance (TS FCL) will be required upon submission of proposals and must be maintained throughout the life of the contract if awarded. Cleared and un-cleared persons are acceptable for the work on Site, however un-cleared persons must be escorted by facility qualified escorts. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified submitting the SF330 must have the TOP SECRET Facility Site Clearance in that name along with the matching Cage Code. For example, if Company A and Company B form a Joint Venture called Company AB, then Company AB must have an active TOP SECRET Facility Site Clearance. Even if both Company A and Company B, each individually possess the clearance, unless Company AB possesses its own TOP SECRET Facility Site Clearance, the proposal will not be eligible for award. We are particularly interested in responses from Small Businesses with an active Top Secret Facility Site Clearances capable of meeting the minimum self-performance requirements of 50+% of the work issued, not including material. Interested Small Businesses with single and aggregate bonding capacity to support this project should submit a narrative demonstrating their experience in construction projects of this magnitude, which include experience and capability to restore, replace and reconfigure active and non-active Critical Uninterruptable Power Supply Systems (UPS) and the (Technical) Load Centers. In addition the experience must extend to the installation of all associated switchgear, batteries, and electrical infrastructure to support System Redundancy inclusive of all Power Distribution Units (PDU); Motor Control Centers with Automation Systems (PLCs, EMCS, BAS, FA and the like); Human Machine Interfaces; Network Controls with communication protocols ARCNET, CAN Bus, DeviceNet, LonWorks, Modbus, PROFIBUS and the like; Planning and sequencing work to minimize both the quantity and duration of power outages. Please include the following information in your response: List up to five projects performed within the last five years. Comments must include submitter's business name, CAGE code, point of contact, phone number, and email address. Also, requested are number of employees and information on experience of key personnel showing experience in providing the services described above. Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Name of Administrative Contracting Officer, current telephone number; d) Technical Representative of Contracting Officer or primary point of contact name and current telephone number; e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f) Period of performance (start and completion date); g) Basic contract award amount and final contract value; h) Summary of contract work; i.) Details of your company's involvement in the performance of work and in what capacity (prime contractor, subcontractor, etc.; j.) Bonding capability: provide bonding capability for single project and aggregate; k.) Experience with new and existing DoD facilities within the Denver, Colorado Metropolitan Area. A contractor Experience Form is attached as an example. Narratives shall be no longer than 15 pages. Comments will be shared with the Government project design team, but otherwise will be held in strict confidence. Small Business interested parties shall provide the following information: socioeconomic category, such as: Service Disable Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business, Hubzone Small Business, 8 (a) Small Business, etc. Interested parties are reminded that to qualify as a Small Business under any of the above socioeconomic categories, they must register with the Small Business Administration. Any contractor interested in obtaining a contract award with the Corps of Engineers must be registered in the System for Award Management (SAM) at www.sam.gov. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. Each respondent's SAM registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All respondents are urged to double check their SAM registration and update as necessary, including the size metrics information. Respondents will not be notified of the results of the evaluation. Again, no solicitation is available at this time. Responses are to be sent via email to Peter.G.Zizos@usace.army.mil by 4:00 PM November 18, 2016. Contracting Office Address: USACE District, Baltimore, 300 Sentinel Drive, Suite 400, Annapolis Junction, Maryland 20701-1019 Place of Performance: Denver, Colorado Metropolitan Area Point of Contact(s): Peter G. Zizos, 443-654-7860 Peter.G.Zizos@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-S-ELCO/listing.html)
- Place of Performance
- Address: Metropolitan Denver, Colorado, Denver, Colorado, United States
- Record
- SN04320030-W 20161105/161103234638-4184bb83def3648ab52ec0ee9dcc138c (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 |