ACCESS CONTROL POINT PROGRAM
This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) code 237310 "Highway, Street, and Bridge Constructi... This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) code 237310 "Highway, Street, and Bridge Construction". The small business size standard is $36.5 Million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach. This notice is open for responses from both small and large businesses. Responses will be utilized to determine if this requirement, or a portion of this requirement, can be set- aside for small businesses. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank responses, provide any reply to interested companies and responses will not be returned. 1. CONTRACT INFORMATION. The U.S. Army Corps Engineer, Huntsville Engineering and Support Center (CEHNC) is seeking qualified firms to provide access control point repair, renovation, conversion, alteration, additions, construction, equipment procurement/installation, and maintenance services on installed equipment/systems at Government installations and facilities. The Government intent is to solicit and award an Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract in support of the Access Control Point (ACP) Program. CEHNC anticipates awarding contracts for twenty-four (24) months base ordering period and 3, twelve (12) months optional ordering periods. The anticipated program capacity shared by all awarded contracts is approximately $95 Million. The Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, Small Disadvantaged Business, Woman Owned, Minority, Native American and/or Service Disabled Veteran Owned). Interested small business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions below. If no experience or capabilities are associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining whether part or all of the acquisition will be set-aside for small business competition. 2. PROJECT INFORMATION. The Government's objective is to perform services for facility repair; renovation; conversion; alteration; additions; construction; commissioning; testing; measurement and verification; and equipment procurement/installation at Government installations and facilities. Other services to be performed may include, but are not limited to, electrical power distribution systems; grounding systems; standby and emergency power; lightning and surge protection; short-circuit coordination studies; reliability/availability studies; heating, ventilating and air conditioning (HVAC) systems; fire protection systems, fire alarm/mass notification, and communications systems; renewable energy and energy conservation, and; and facility commissioning, re-commissioning. The Contractor may be required to survey the problem areas, evaluate and recommend solutions, develop and implement work plans in a timely manner within negotiated costs and provide the efforts to support the design solution. The Contractor may also be required to provide stand-alone construction efforts without the provision of the associated services (i.e. site investigation, studies, assessments, testing, certification assessments, measurements and verifications, work plan, etc.). Firms must be capable to provide services in the Contiguous U.S. to include the District of Columbia; Alaska, Hawaii, and other U.S. Territories 3. SUBMISSION REQUIREMENTS. Interested firms should submit a document which furnishes information describing relevant experience and qualifications in the following format: The submissions should be Times New Roman, font size no smaller than 10 and should not exceed ten (10) one-sided, 8 ½" X 11" pages. The submission will address all questions in the capabilities questionnaire and your firms experience and qualifications with similar type services (as well as the prime contractors' name, address, point of contact phone number and email address). Computer files must be compatible with Microsoft Word 2017. Submission shall be received NO LATER THAN: 2:00 p.m. Central Time, Thursday, 21 February 2019 and submitted to: CEHNC-ACP_ACQUISITION@USACE.ARMY.MIL . NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to CEHNC-ACP_ACQUISITION@USACE.ARMY.MIL . Personal visits for discussing this notice will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL. 4. RETURN INSTRUCTIONS. Points of Contact: Contracting Officer LaShonda C. Smith, 256-895-7795 USACE HNC, Huntsville Contracting Specialist Channel D. Pedersen, 256-895-1133 USACE HNC, Huntsville 5. ACP INDUSTRY DAY. This announcement is to also invite businesses to an Industry Day event that will allow the Government to provide valuable information to industry regarding the acquisition, answer questions concerning the requirement, gather information to support the acquisition approach, and receive buy-in from industry. For industry personnel unable to attend in person, the ACP Industry Day event will be offered virtually via CEHNC's Facebook page at: https://www.facebook.com/HuntsvilleCenter/ . If attending in person please complete the attached HNC Visitor's Form and return NLT 2:00 p.m. Central Time, Wednesday, 30 January 2019 to cehnc-acp_acquisition@usace.army.mil. Please note that due to resource constraints Contractors are limited to no more than two (2) personnel per firm to attend. All others are welcome to participate by phone or via Facebook Live. Date and Time: 5 February 2019, 1:00 p.m. - 16:00 p.m. Central Time Location: The Industry Day will be held at U.S. Army Engineering and Support Center, 4910 University Square Ste 4, Huntsville, AL 35816 Conference Call information: 877-336-1839 Access: 7233293 Security: 0000 5. SCHEDULE. SCHEDULE Activity Due Date Time Location/Submission HNC Visitor Form Wednesday, January 30, 2019 NLT 2:00 PM Central Time cehnc-acp_acquisition@usace.army.mil Industry Day Tuesday, 05 February, 2019 1:00 pm -4:00 pm Central Time U.S. Army Engineering & Support Center 4910 University Square Ste 4 Huntsville , AL 35816 Submission to Sources Sought Thursday, 21 February, 2019 NLT 2:00 PM Central Time cehnc-acp_acquisition@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »