Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

C -- DMEA Electrical Study - Package #1

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ072718R0014
 
Archive Date
8/23/2018
 
Point of Contact
Jarrod Washington,
 
E-Mail Address
jarrod.washington@dmea.osd.mil
(jarrod.washington@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DD-1423-A148 DD-1423-A131 DD-1423-A071 DD-1423-A042 SF-330 SF-1449 This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for an Electrical System study, Conceptual Plan, Time-Phased implementation planning, and Budgetary Estimation services for the subject project. The NAICS Code is 541330—Engineering Services, with a size standard of $15,000,000.00 in average annual receipts. This action is 100% set-aside for small businesses but responses will be accepted from all businesses. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded by August 2018, and plan completed by February 2019. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) and must have their Defense Federal Acquisition Regulation Supplement (DFARS) Representations and Certifications responded to in addition to the Federal Acquisition Regulation (FAR), located at the internet site http://www.sam.gov. Project: To provide a comprehensive electrical study which will be the basis for the development of a multiple year electrical system infrastructure upgrade plan. This plan will include a conceptual plan, a conceptual multi-year schedule and a budget for each phase of the plan. Electrical System Study: The contractor shall perform a comprehensive study of the existing DMEA electrical system. This study shall include, but is not limited to Electrical Load Monitoring, a Load Flow and Power Factor Study, a Protective Device Coordination Study, Harmonic Analysis, a Motor Starting Study, a Grounding Analysis and a Diagnostic Study. The contractor shall monitor the DMEA electrical system, collect data and conduct data analysis to develop a complete study. The contractor shall recommend a data collection and system-monitoring schedule to be agreed upon by the contractor and the government. [Note: The government will provide the contractor a copy of Technical Exhibit 1, “2014 TTG Final Report with Appendix” for reference.] The contractor shall include all the data, findings and a summarized analysis of that data in the final report. (CDRL: A148) Conceptual Plan Study: The contractor shall develop a conceptual plan based on the information obtained in the Electrical System Study, see paragraph 3.1.1. The new plan must provide a robust system that will provide continuous, uninterruptible power to the critical facility infrastructure and is impervious to any utility interruptions. The new plan must include adequate capacity for current loads plus an increased capacity of 20% for future loads, distribution equipment, emergency power and monitoring capabilities. This plan must also consider that a new system must be developed in parallel to the current system and cannot effect the facility for prolonged periods of time due to a shutdown. The contractor shall provide drawings approved by a Professional Engineer (PE) which includes, but is not limited to a single-line drawing in the final report. (CDRL: A042) Time-phased Implementation: The contractor shall provide a multiple year implementation plan for the conceptual plan provided, see paragraph 3.1.2. This plan must take into consideration a time-phased approach and minimization of down-time for the facility. The contractor shall provide a multiple year implementation schedule (Gantt chart) and documentation in a narrative to support the details of the implementation plan. (CDRL: A131) Budgetary/Estimate: The contractor shall provide a time phased estimated budget based on the Implementation Plan, see paragraph 3.1.3. This budget shall provide detail to allow flexibility to move tasks forward or back in time depending on funding for a particular year. (CDRL: A071) Pre-Proposal Conference The Government is planning a pre-proposal conference, during which potential contractors may obtain a better understanding of the work required. Offerors are encouraged to submit all questions in writing at least five (5) days prior to the conference. Questions will be considered at any time prior to, or during, the conference; however, offerors will be asked to confirm verbal questions in writing. Subsequent to the conference, an amendment to the solicitation containing an abstract of the questions and the Government's answers, and a list of attendees, will be made publicly available. In order to facilitate conference preparations, contact the person identified under Point of Contact of this solicitation to make arrangements for security processing for entry of attendees into the Government facility. Each organization/individual is limited to no more than two (2) attendees per the same. All personnel contemplated attending must be U.S. citizens. To attend the pre-proposal conference the following info must be submitted for each attendee: Name Company Name Organization Phone Acknowledgement of attendee being a U.S. Citizen Submit this info to Scott Ryan via email at scott.ryan@dmea.osd.mil and Jarrod Washington at jarrod.washington@dmea.osd.mil, NLT 18 July 2018@ 1400 (2:00 p.m. Pacific) In no event shall failure to attend the pre-proposal conference constitute grounds supporting a protest or contract claim. Offerors are cautioned that, notwithstanding any remarks, clarifications, or responses provided at the conference, all terms and conditions of the solicitation remain unchanged unless they are changed by written amendment. It is the responsibility of each offeror, prior to submitting a proposal, to seek clarification of any perceived ambiguity in the solicitation or created by an amendment of the solicitation. The pre-proposal conference will be held: Date: 25 July 2018 Time: 1030 Location: 4234 54 th Street McClellan, CA 95652 During the conference, an opportunity to visit the site of the work, and, if applicable, inspect equipment on which maintenance or repairs are to be performed will be offered to attendees. Offerors are expected to satisfy themselves regarding all conditions that may affect the work required or the cost of contract performance. In no event shall failure to inspect the site and/or equipment constitute grounds for any protest or contract claim. Submission Requirements: Interested firms having the capabilities to perform this work must submit a completed electronic copy of SF 330 Part I, and a completed electronic copy of SF 330 Part II for the firm and all consultants, to the point of contact not later than 4:00 PM on the response date indicated. The SF 330 Part I shall not exceed 10 pages (8.5” x 11”), including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 pt font type. Include the firm's DUNS number in SF 330, Part I, Section H. Technical volume 1, must be in either Microsoft Word format, using 12 pt font type or PDF format. Technical volume 2, shall be in Microsoft Word or PDF format to include Microsoft Excel format for calculations and notional schedule. All submittals must be emailed to the Point of Contact Jarrod Washington NLT than 8 August 2018 at 0930 a.m. Technical Narrative: Volume 1: Electrical System Study Conceptual Plan Study Time Phased Implementation Budget: Volume 2: Budgetary/Estimate Selection Criteria: The selection criteria for this project are listed below. 1) Technical Approach a. Technical Narrative / Electrical Study Plan: i. Describes the exact processes to be utilized for entire project. ii. States the size of work crew needed onsite. iii. Describes the type of staff needed to complete this project. iv. States equipment to be used and how and where they will stage the materials for this project. v. Describes the methodology used to collect and analyze the data. vi. Describes how many occurrences and for what length of time power will be interrupted. vii. Discusses how the Contractor will address the load monitoring. viii. Discusses how the Contractor will address the load flow and power factor study. ix. Discusses how the Contractor will address the protective device coordination study. x. Discusses how the Contractor will address the harmonic analysis. xi. Discusses how the Contractor will address the motor starter study. xii. Discusses how the Contractor will address the grounding analysis. xiii. Discusses how the Contractor will address the conceptual plan. xiv. Discusses how the Contractor will address the time-phased implementation plan. xv. Discusses how the Contractor will address the grounding budget/estimate. xvi. States the type of equipment to be used. xvii. Addresses the safety requirements/concerns of the contract. b. Proposed Project Schedule: i. Proposes schedule in number of calendar days. ii. Provides break out completion timelines for significant portions of work including: data collection, analysis, budget development, conceptual plan, implantation plan and final report with revision cycles. iii. Proposes power interruptions. 2) Past Performance a. Discusses past projects similar to this effort (minimum of two, preferably greater than three). b. Discusses the outcome of the projects with customer feedback. c. Discusses some of the reasons learned from prior projects. 3) Qualifications a. Shows proof of a valid Registered Professional Electrical Engineer(s) on staff. Show proof of State of California Contractors State License Board with a valid C10 Electrical Contractor for any subcontractors if needed. Point of Contact Email your responses, questions to Jarrod Washington, Contracting Officer, at email: jarrod.washington@dmea.osd.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ072718R0014/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN04986366-W 20180713/180711230759-9a03c6c0aef4c72057e3f5957a7fd639 (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.