Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

61 -- Power Systems Engineering

Notice Date
9/12/2017
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17R0344
 
Point of Contact
Richard F. Walsh, Phone: 7038754227
 
E-Mail Address
walshrf@state.gov
(walshrf@state.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Power Systems Engineering Synopsis SAQMMA17R0344 The Overseas Buildings Operations, U.S. Department of State (DoS) intends to perform a full and open competition for Power Systems Engineering services to be done at United States Embassies and other Department of State buildings worldwide. The full and open competition will be conducted only with those firms who meet the service and security requirements. Contractors must provide the proper licenses for electrical and engineering services which are defined below to qualify as a potential source. A Professional Engineer is defined as a person holding a current Professional Engineering License in the electrical specialty in at least one of 50 United States, Puerto Rico, or any U.S. Territory. A licensed contractor is a construction contractor firm licensed to perform at least electrical construction services in at least one of the 50 United States, Puerto Rico, or any US Territory and directly employing at least one licensed Master electrician. A licensed electrician is either a Journeyman or Master as recognized in any jurisdiction in at least one of the 50 United States, Puerto Rico, or any US Territory. The Contractor shall provide overseas professional engineering and technical electrical services including but not limited to: a) Survey sites to determine needs, to investigate, inspect, assess, trouble-shoot, fix, test, repair, replace, develop effective and economical solutions to challenging power quality and electrical reliability problems, and provide design and construction documents suitable for competitive bidding. Sources performing such projects shall have such work managed, reviewed, and approved by directly employed, Professional Engineers. b) Fix, repair, furnish and install generators, transformers, voltage regulators, ATSs, UPS systems, surge suppressors, power quality equipment, power factor corrective equipment, switchgear, switchboards, electric distribution panels, circuit breakers power systems controls/protective relays, PLC, various electrical equipment, and energy improvements. Sources performing such work shall be licensed contractors with work performed on-site by at least one Journeyman electrician. c) Troubleshoot, correct, fix, repair, furnish, replace, install, construct, perform factory start-up, and commission electrical problems and deficiencies in low voltage and medium voltage systems electrical power systems. Sources performing such work shall be licensed contractors with work performed on-site by at least one Journeyman electrician or Professional Engineer. d) Provide preventive maintenance services for low and medium voltage distribution systems and a wide variety of makes of electrical equipment to include but is not limited to transformers, generators, ATS, AVRs, UPS systems, switchgear, switchboard, distribution panel, circuit breaker, control/protective relay systems, and PLC. Advanced qualifications level III technician must have the ability to load or change PLC programming associated with local equipment. Sources performing such work shall be a licensed contractor with work performed on-site by at least one Journeyman electrician. e) Provide purchasing and logistical support. Sources performing such work shall be a licensed contractor. f) Work with U.S. Government requirements and other applicable U.S. and foreign laws, codes, and standards (e.g. preparation of design documents in metric units and the submission of construction documents in the latest AutoCAD version). Sources shall have such work managed by a Professional Engineer. DoS plans to award multiple Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for base and (4) four one-year option years. The IDIQ awards will be made to the responsive offerors, whose proposals conform to the solicitation, and will offer the "Best Value" to the government, whereas technical factors are more important than cost. One or more awards will be set aside for small business should a small business be found capable. To qualify as a small business under the NAICS code, 238210, the small business size is the average annual receipts of no more than $15M. Offerors must be registered in the System for Award Management (SAM) database prior to proposal submissions. Offerors may obtain information on registration requirements via the internet at http://www.SAM.gov. The Offeror is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. Proposal Submissions: The Request for Proposals and its attached documents will be posted under Solicitation Number, SAQMMA17R0344, on or around October 9, 2017 in FedBizOpps.gov. No paper copies will be mailed. Proposal submissions will be due no later than 3:00 PM, EST November 9, 2017. More detailed information about this solicitation will be provided at the Department of State Small Business and Bureau of Overseas Building Operations Industry Day on October 5, 2017 in Washington DC. Please go to the Society of Military Engineers website for registration information at www.SAME.org Questions (Q&A) period opens with the posting of the synopsis. Questions should be e-mailed to: walshrf@state.gov. Responses to all submitted questions will be posted as an Amendment in FedBizOpps.gov Security Clearance Requirements: IN ORDER TO BE CONSIDERED FOR AWARD OF THIS CONTRACT, interested offerors, including all entities which comprise a joint venture, and the joint venture itself, must possess a Defense Security Service (DSS) Final Secret, Interim Top Secret or Final Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. At least one contract will be awarded to firms possessing Interim or Final Top Secret FCLs, and one or more firms with Final Secret FCLs may be selected for additional awards. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. Selected firms possessing a Final Secret FCL will be sponsored by Department of State for an FCL upgrade to the Top Secret level. Sponsorship does not guarantee that the firm will receive the upgraded clearance. A period of 90 days from the date of selection for award will be allowed for the Secret cleared firm to obtain an Interim Top Secret FCL. After this period, the Government may, at its discretion, consider not awarding the contract to the selected offeror. Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Interim and Final Top Secret FCLs. Contractor personnel requiring access to classified information or Controlled Access Areas (CAA) must possess Secret or Top Secret personnel security clearances issued by DSS prior to performance on the contract. Please e-mail your interest in this solicitation to Richard F. Walsh, Contract Specialist, U.S. Department of State, at walshrf@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17R0344/listing.html)
 
Place of Performance
Address: Embassies and other Department of State Buildings Worldwide, United States
 
Record
SN04672602-W 20170914/170912231720-75071cae78a3facdb416c43ffc9ff9b8 (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.