Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOURCES SOUGHT

J -- MDC Electrical MATOC

Notice Date
7/20/2017
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-MDC_Electrical_MATOC
 
Archive Date
8/19/2017
 
Point of Contact
Kecia M. Blackwell, Phone: 2156566894, Adriana A. Dunaway, Phone: 215-656-6895
 
E-Mail Address
kecia.m.blackwell@usace.army.mil, adriana.a.dunaway@usace.army.mil
(kecia.m.blackwell@usace.army.mil, adriana.a.dunaway@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description of Work: This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A market survey is being conducted to determine if there are adequate Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Small Business contractors for the following proposed work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. The Philadelphia District, U.S. Army Corps of Engineers (USACE) intends to award an Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) contract consisting of a base year and four, one year options with $8,000,000 worth of ordering capacity to support floating plant of the U.S. Army Corps of Engineers and other Federal customers nationwide with Electrical and Electronic System Integration & Management Services. The proposed contract will be a competitive firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using the Best Value trade-off process. Selection may be based upon evaluation factors which may include but are not limited to specialized experience, professional qualifications, past performance, capacity to complete work, organizational structure, and price. The proposed contract will provide Electrical and Electronic System Integration & Management Services to support the retrofit of USACE and other Federal customers Floating Plant. The USACE currently operates floating plant with aging power, control, monitoring and alarm systems, which need replacement several times over the life of the floating platform. This contract will provide integrated services, including but not limited to the following disciplines: electrician, electronic technician, PLC programmer, installer, electrical engineer, field service engineer, and project manager. The scope of work for the resultant contract will primarily be associated with the renovation, alteration, and retrofit of existing vessels, but may also include work associated with the design, construction, and delivery of new vessels. The total value of this IDIQ will be $8,000,000.00. The NAICS Code for this project is 811219 and the small business size standard is $20.5 Million. Payment and performance bonds will be required for 100% of the contract award. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Small Business contractors should submit a narrative containing the following information: A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code 3. DUNS 4. Contract number(s) 5. Dates of contract performance 6. Socioeconomic designation 7. Bonding Capabilities (single project and aggregate) B. A short Executive Summary of your company's prime area of business, capabilities, and qualifications to include firm size and key personnel and (no more than one page at 12 point font). C. A short narrative explaining any network of contractors/subcontractors/suppliers within which your organization routinely operates, that allows your organization to provide the range of supplies, services, and capabilities identified below (no more than three pages at 12 point font) 1. Specialized experience and technical competence in the type of work required with: a. furnishing, installing, commissioning, and troubleshooting marine variable frequency drive systems including motors, diesel engines, and low & medium voltage switchboards; b. furnishing, installing, commissioning, and troubleshooting marine control, monitoring and alarm systems; c. pulling, terminating, tracing, ringing-out, labeling, and documenting shipboard power and control wiring, including fiber optic; d. marine electronic system integration and commissioning services; e. marine project management and integration services as related to technical work identified herein; f. PLC programming and troubleshooting services; g. DC power systems including large battery banks; h. troubleshooting and resolution of marine equipotential bonding systems, ground faults, and stray current; i. integration of navigation and communication networks, equipment, and systems; j. marine arc flash hazard, short circuit, circuit breaker coordination analyses including other ancillary engineering to support above work 2. Special qualifications including, but not limited to: a. capacity and experience to write and use specialized PLC programs from manufacturers such as SIEMENS, GE, Allen-Bradley, ABB, etc.; b. capability to use EasyPower software or similar for arc flash analysis; c. capability to use 3D CAD software. d. familiarity with current marine standards (AS, USCG, IEEE-45, etc.), regulations, guidelines, and procedures e. Experience in marine electrical and electronic system integration and project planning. This includes a systematic, comprehensive approach incorporating multiple disciplines, procurements, and services for the purpose of retrofitting floating plant and meeting schedule and budget objectives. 3. Professional Qualifications - Capability to assemble a team of in-house personnel, subcontractors, partners, and consultants with the following skills; a. project manager (electrical and controls background); b. electrical engineer (marine); c. marine field service engineer; d. marine electrician; e. PLC programmer; f. installer with experience in marine electrical, electronic, and system integration projects. 4. Provide the name, position, address and phone number of your firm's central point of contact for the submitted information in the event clarification of your firm's capabilities is warranted. Narratives shall be no longer than five (5) pages. Responses should be submitted electronically via e-mail to Kecia M. Blackwell at kecia.m.blackwell@usace.army.mil on or before August 4, 2017 by 3:00PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-MDC_Electrical_MATOC/listing.html)
 
Record
SN04588836-W 20170722/170720235624-4c7dabed7fc9046402a61a2338e00a73 (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  © 1994-2020, Loren Data Corp.