Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2017 FBO #5536
SPECIAL NOTICE

N -- RFI for ON-RAMP onto the UMCS IV Contract Vehicle

Notice Date
1/17/2017
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-12-R-0015
 
Archive Date
3/4/2017
 
Point of Contact
Erika White, Phone: 256-895-1152, Brandon Lee, Phone: 2568951883
 
E-Mail Address
Erika.D.White@usace.army.mil, brandon.lee@usace.army.mil
(Erika.D.White@usace.army.mil, brandon.lee@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request For Information (RFI) Utility Monitoring and Control System (UMCS) IV Multiple Award Task Order Contract (MATOC) administered at the U.S. Army Corps of Engineers, Engineering and Support Center in Huntsville, AL. This is a Request for Information (RFI) notice. The Government is seeking to update market research for solicitation W912DY-12-R-0015 with the intent of on-ramping qualified contractors into the current suite of contracts; issued using North American Industry Classification System (NAICS) 541512 (Computer Systems Design Services). The small business size standard is $27.5 Million. This RFI 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. 1. Contract Information The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville is seeking capability statements from companies who possess the interest and capability to ON-RAMP onto the UMCS IV MATOC and to execute the requirements outlined below: The objective of this requirement is to provide all personnel, equipment, tools, materials, supervision, and nonpersonal services necessary to perform the procurement and installation of Utility Monitoring and Control Systems (UMCS) and similar services such as Heating, Ventilating, and Air Conditioning (HVAC) Systems to include chiller/boiler systems installation and/or integration; Building Automation Systems (BAS); Supervisory Control and Data Acquisition (SCADA) Systems, and other Automated Control Systems including Fire Alarm Safety (FAS) systems, chemical / biological / radiological contaminant detection / filtration / response, utilities (electric/gas/water/steam) metering; Electronic Security Systems (ESS); and security and/or force protection measures such as, but not limited to, barriers, fencing, gates, window treatments, hardening, and lighting worldwide. These services include those actions required to preserve and maintain the systems in such a condition that they may be effectively used for their designated functional purpose. The current UMCS IV MATOC contract expires in August of 2019 and has a remaining capacity of an estimated $1.96 Billion. 2. Submission Requirements This RFI announcement is unrestricted to allow small and large businesses to respond. The Government is seeking to identify qualified sources either singularly or as part of an assembled team. Interested companies should submit a document describing relevant demonstrated experience and qualifications via email to Erika.D.White @usace.army.mil no later than 17 February 2017 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 questionnaire below and your ability to perform the work, obtain the necessary financing, etc., as stated in the contract information section of this RFI. 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 Mrs. Erika White, Contract Specialist at Erika.D.White@usace.army.mil or Mr. Brandon Lee, Contracting Officer at Brandon.Lee@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. CAPABILITIES QUESTIONNAIRE SECTION 1: GENERAL 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code(s) (check all that apply) : ( ) 541512, Computer Systems Design Services NOTE: If you feel the above NAICS Code is not sufficient for this acquisition, please provide your recommended NAICS code with an explanation. 5. Responsible Point of Contact: 6. Check All That Apply: Our firm is a 0 8(a) small business, 0 service-disabled veteran-owned small business, 0 HUBZone small business, 0 Small Disadvantaged Business, 0 Woman Owned, 0 Minority, 0 Native American, 0 Small Business, SECTION 2: CONTRACTOR ARRANGEMENT 1. Our firm will be proposing on this project as a: ( ) Sole Contractor ( ) Prime Contractor (if small business) performing at least 50% of the work with subcontractor(s), ( )Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or ( ) Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) SECTION 3: CAPABILITY 2. Has your company ever performed or is in the process of performing work involving UMCS and similar services such as HVAC Systems to include chiller/boiler systems installation and/or integration; BAS; SCADA Systems, and other Automated Control Systems including FAS systems, chemical / biological / radiological contaminant detection / filtration / response, utilities (electric/gas/water/steam) metering; ESS; and security and/or force protection measures such as, but not limited to, barriers, fencing, gates, window treatments, hardening, and lighting worldwide. The associated services will typically include, but not limited to, either Procure & Install (P&I) or Maintenance & Service (M&S) contracts. This experience can be either with Government or Private Industry and shall be within the last 3-5 years. If so, please provide the information below for each project. (request a combination of P&I and M&S projects be included if available) a. Contract Agency with Reference Point of Contact: b. Contract Number: c. Task Order Number (if applicable): d. Role: Prime or Subcontractor (If your performance was through subcontract or joint partnership, indicate the percentage of work for each partner for each element of service provided.) e. Award Amount: $ f. Contract Price Structure (Fixed Priced, Cost Reimbursable, Time & Materials, Hybrid (explain)): g. Project Name: h. Location of Project: i. Description/Scope of Project: 3. Does your company have the personnel with the capabilities and qualifications to provide and install UMCS related projects as indicated above? If so, please provide the number of qualified key personnel, their disciplines and certifications, minimum and maximum years of experience and the average years of experience. 4. If awarded a contract, our company has the resources and is capable of performing/delivering simultaneously under an indefinite Delivery/Indefinite Quantity Contract (please select one) ( ) 1 order ( ) 2-5 orders ( ) 6-10 orders ( ) 11-15 orders ( ) 16-20 orders ( ) 21-30 orders ( ) 30+ orders Please also state the average number of projects that your company is working at one time, as it relates to the UMCS scope in Question 2. 5. If awarded a contract, the maximum aggregate contract capacity our firm can adequately perform is Response: tiny_mce_marker____________ Please provide the required information from Question 2, or reference the project included in Question 2, for the contract with the maximum aggregate contract capacity that your firm has been awarded over the last 3-5 years as it relates to the UMCS scope in Question 2. 6. Are there certain portions of the work that your firm would typically subcontract out? For service contracts, does your firm have the capability to perform 50% or greater of the work on an awarded project? 7. Does your company have the capability to manage the site specific equipment requirement determinations, site specific design requirements, equipment acquisitions, site logistics, subcontractor selection /management and quality control processes to complete the work in a cost effective, timely, and contract conforming manner? Please provide a brief description on how you manage these requirements in a project. 8. Does your company have experience in providing and maintaining an effective quality control program? Provide examples. 9. Does your company have experience in providing and maintaining an effective safety program? Provide examples. 10. Does your firm have the ability to work anywhere in the United States (CONUS), as well as Alaska, Hawaii, all U.S. Territories and possessions and overseas locations outside of the United States (OCONUS) including but not limited to Germany, Italy, Korea, United Kingdom, Kuwait, Guam, Malaysia, and Japan? Are there any regional limitations where you can work? Please provide examples of OCONUS locations where your firm has worked. 11. Provide specific details of your firm's ability to perform task orders both CONUS and OCONUS simultaneously. 12. Does your firm possess or have the ability to obtain a facility clearance up to the SECRET level?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-R-0015/listing.html)
 
Record
SN04373192-W 20170119/170117234709-1bb96eaf751a89e3bf990eb7afdcbc74 (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.