Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,2000 PSA#2568

US Army Corps of Engineers, Engineering and Support Center Huntsville, 4820 University Square, Huntsville, AL 35816-1822

N -- POTENTIAL SOURCES SOUGHT TO PROVIDE ELECTRONIC SECURITY SYSTEMS (ESS) (AND OTHER ELECTRONIC CONTROL AND DATA ACQUISITION SYSTEMS) SUPPORT SERVICES AT VARIOUS FACILITIES WORLDWIDE. SOL DACA87-00-R-ESS3 DUE 041200 POC Suzanne M. Wear, Contract Specialist (256) 895-1162; Connie B. Oberle, Contracting Officer (256) 895-1162 WEB: Contract Specialist's e-mail address, suzanne.wear@hnd01.usace.army.mil. E-MAIL: Contract Specialist's e-mail address, suzanne.wear@hnd01.usace.army.mil. Potential sources sought to provide Electronic Security Systems (ESS) support services at various facilities worldwide. POC Suzanne M. Wear, 256-895-1162, Contract Specialist or Connie B. Oberle, 256-895-1161, Contracting Officer, Description: The U. S. Army Engineering and Support Center, Huntsville is considering award of contracts to provide Electronic Security Systems at various facilities, worldwide. The services to be provided include development of equipment installation engineering plans; providing hardware and software; installation, test and check-out; performing minor facility modification required to support equipment installation; interfacing with existing and installing new data transmission equipment; determining compatibility of new equipment with existing systems; preparing system and component documentation; providing operation and maintenance manuals; providing training; warranting systems; maintaining and servicing systems; operating and monitoring systems; preparing after action and other reports; and providing as-built installation drawings. Some of this work is planned at U.S. military installations worldwide; therefore all personnel performing work on-site must be U.S. citizens. The remainder of the work is planned at other Government facilities, as well as state and local municipalities. The contemplated evaluation factors to be used as part of the anticipated acquisition to rank the most qualified firms include: (a) Technical Capabilities; (b) Functional Experience; (c) Past Performance; (d) Management and Organizational Capability; (e) Price/Cost (will be evaluated, but not scored). The period of performance is expected to be 60 months (5 years) with a total program value of approximately $100 million. Interested sources should respond by indicating their ability to meet the following criteria: (a) substantial experience successfully providing like services, for similar electronic security systems requirements described above at Department of Defense (DoD) facilities; (b) demonstrated success performing as a prime contractor with total system engineering and installation responsibility; (c) capacity to dedicate a single point of contact for this work; (d) ability to accomplish installations throughout the United States and overseas; (e) ability to obtain Government facility clearances to the SECRET level and personnel clearances to the SECRET/TOP SECRET level. Firms who respond to this notice should provide a point of contact, telephone number, and e-mail address (if available). Responses should also indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, in a HUBzone, or qualify as socially or economically disadvantaged, and whether they are U.S. or foreign owned. The decision to set aside award(s) for small business under a multiple award option is being considered pending the outcome of identifying qualified small business concerns, as a response to this sources sought. Sources for this purpose are beingsought of experienced firms with a Standard Industrial Classification (SIC) Code 7382, ELECTRONIC SECURITY with average annual receipts of $9 million or less for the past three (3) years; and who meet the criteria listed above, either singly or as part of an assembled team. Eligible concerns must be capable of assembling a team of qualified, experienced firms and personnel to support all aspects of electronic security services described above. Prime concerns must satisfy FAR 52.219-14 (b) (1), Limitations on Subcontracting. Teaming of capable firms is otherwise encouraged. Teams will be expected to exhibit their experience in all aspects of electronic security services described above. The Huntsville Center may plan to make multiple awards pending the outcome of this sources sought. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: (a) name of client(s); (b) location of job site; (c) description and dollar value of the work; (d) client point of contact; (e) client telephone number and (f) date services were performed (g) contract number (if Government). This documentation should be limited to description of past (within the last five (5) years) contracts of the kinds of work and facility types identified above. References may be contacted for verification. Submission should be made in writing within fifteen (15) days from the date of this announcement and should not exceed ten (10) one-sided, 8 " X 11" pages. For this sources sought announcement, submission of any additional company information (i.e., resumes, sales materials, brochures, etc.) is strongly discouraged and likely will not be evaluated. Mail submittals to the referenced point of contact or send via overnight courier to U.S. Army Engineering and Support Center, Huntsville, 4820 University Square, ATTN: CEHNC-CT-P, Ms. Suzanne M. Wear or Mrs. Connie B. Oberle, Huntsville, Alabama 35816-1822. You may also provide your submittal electronically (in MS Word format) via the following e-mail address: Suzanne.Wear@hnd01.usace.army.mil. Submittals are due no later than April 12, 2000 by 2 P.M. Central Standard Time. This synopsis is for information and planning purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will NOT reimburse the contractor for any cost associated with preparing or submitting Posted 03/28/00 (W-SN438620). (0088)

Loren Data Corp. http://www.ld.com (SYN# 0075 20000330\N-0001.SOL)


N - Installation of Equipment Index Page