Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOURCES SOUGHT

C -- The US Army Engineering and Support Center in Huntsville (CEHNC), Alabama - Energy Conservation Investment Program (ECIP) seeks A-E Contractors to design Energy Conservation Measures.

Notice Date
3/13/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-09-R-ECIP2
 
Response Due
3/30/2009
 
Archive Date
5/29/2009
 
Point of Contact
Jennifer Staggs, 256-895-1745<br />
 
Small Business Set-Aside
Partial Small Business
 
Description
FOR INFORMATION PURPOSES ONLY SOURCES SOUGHT ANNOUNCEMENT ISSUED MARCH 13, 2009 - CLOSES ON MARCH 30, 2009 1. CONTRACT INFORMATION: The US Army Engineering and Support Center in Huntsville (CEHNC), Alabama intends to solicit and award multiple indefinite delivery, indefinite quantity (IDIQ) Architect-Engineer (A-E) services contracts for its Energy programs. These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. It is the Governments intent to consider awarding this work under the authority of the Small Business set aside program per FAR Part 19. As a result, the Government is performing market research in order to determine if small businesses posses the capability to execute the requirements of these anticipated requests for proposal (RFPs). If you would be interested in such work you are requested to respond to the questions presented within this announcement in order to facilitate the Governments market research efforts. The Government will analyze all responses and determine if the pool of qualified interested firms is significant enough for a full or partial restricted competition to a small business set aside. If after review of all responses, the Government determines that there are not enough qualified small business firms to perform this requirement; the Government may solicit the acquisition as full and open competition. The Government does not intend to rank submittals or provide any reply to interested firms. The Energy Conservation Investment Program (ECIP) is a MILCON-funded program to improve energy efficiency of Department of Defense (DOD) facilities while reducing associated utility energy and non-energy related costs. ECIP is a key component of DOD's energy management strategy. ECIP projects focus on energy and water savings, implementing renewable energy, and converting systems to cleaner energy sources. Multiple award IDIQ A-E services contracts are anticipated to be awarded in June 2010 with a one (1) year base period with four (4) one year option years for a total five (5) year contract and a value of $12M. 2. PROJECT INFORMATION: The A-E Services required to accomplish this mission consist of preparation of reports, studies, project planning, design criteria, preparation of drawings and specifications, cost estimates, energy conservation studies, feasibility studies, preparing, reviewing and validating technical data; and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. 3.SUBMISSION REQUIREMENTS: The decision to reserve award(s) for qualified small business under a multiple award acquisition is being considered pending the evaluation of responses to this sources sought announcement. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330 (Engineering Services) either singly or as part of an assembled team. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications via email to jennifer.l.staggs@usace.army.mil in the following format: Submission should be received by 30 March 2009 and should not exceed 10 one-sided, 81/2 X 11 pages. The submission should address all questions in the sources sought questionnaire and your ability to perform the work stated in the project information section of this sources sought. This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. 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 Jennifer L. Staggs, Contract Specialist at 256-895-1745 (jennifer.l.staggs@usace.army.mil) or Earl W. Johnson, Contracting Officer at 256-895-1128 (earl.w.johnson@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. SOURCES SOUGHT QUESTIONNAIRE 1.What is the name of your business? 2.What is your business address? 3.Identify a responsible point of contact who can be contacted regarding your response, their phone number, and e-mail address. 4.Is your firm a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern? (Specify all that apply.) 5.Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), and/or a joint venture? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) 6.If you currently have a joint venture, provide details of the effort, the members specified, and a copy of the joint venture agreement. 7.Is your company capable and qualified to search out energy and ancillary cost savings potentials at US Government installations? 8.Is your company capable and qualified to develop procedures, courses of action, steps, repairs or changes in equipment which lower energy costs (Energy Conservation Measures or ECMs)? 9.Does your company have experience performing site investigations? 10.Does your company have experience performing economic and technical feasibility studies? 11.Does your company have experience providing work plans/designs? 12.Does your company have experience implementing, maintaining, and controlling a system for identification, preparation, reproduction, distribution, and maintenance of all documentation needed for its management of this contract? 13.Has your company had primary design responsibility for a 20 megawatt or larger power plant? 14.Does your company have the capability to identify and obtain all permits required by Federal, state, local and installation agencies? 15.Does your company have the ability to work in 1) only a specific regional area, 2) throughout the entire United States, or 3) in the United States and all US Territories? 16.Does your company have the capability to perform economic analyses such as Life Cycle Cost, Risk, Return on Investment (ROI), etc., which may be required in order to determine the viability of a proposed project? 17.Does your company have expertise in designing energy conservation projects in specialized types of installation public facilities such as dining halls, restaurants, warehouses, swimming pools, craft or hobby shops, commissaries, bowling alleys, shoppettes, gymnasiums, etc.? 18. Does your company have the necessary documents/permits/certifications required to perform A-E services in 1) only a specific regional area, 2) throughout the entire United States, or 3) in the United States and all US Territories? 18.How many installations can your company provide designs simultaneously? 19.What is your companys design capacity? 20.Does your company have specific expertise in any of the following technology unique categories? If you have additional Energy specific expertise, please add and explain below: Alternate Fuel Distribution Systems Alternate Fuels Alternative Financing Audit Instrumentation Biomass Boilers Building Envelope Building Control Systems Building Energy Use Central Energy Plant Distribution Central Energy Plants Cogeneration Cool Roofs Combined Heat and Power (CHP) Systems Commissioning Controls Economic Analysis Electric Distribution Electric Motors Electrical Systems Energy Accounting and Economics Energy Auditing / Instrumentation Energy Saving Equipment Evaluation/Selection Energy Star Exhaust Heat e-utilization Facility Energy Audits Feasibility Studies Fuel Cells Fuel Codes and Standards Fuel Procurement Fuel Purchasing Generators Geothermal Green Buildings Greywater Reclamation Ground Source Heat Pumps Hot Water Re-use Heat Coils HVAC Hydrogen Fuel Cells Hydroelectric Generation (all types) Indoor Air Quality (IAQ) Indoor Air Quality (IAQ) Codes and Standards Induction Lighting Infrared Heat Loss and Moisture Detection Installation-Community-Corporate Partnership Opportunities LEED Lighting Lighting Control Systems Multi-pass Water -pass Water Reclamation Systems Rate Structures Reflective Solar Lighting for Buildings Renewables Repair and Renewal Retrocommissioning Skylighting and Daylighting Control Systems Smart Metering Solar Collectors for Solar Wall Heating Solar Hot Water Heaters Solar Panels Thermal Energy Storage Utility Metering Controls Systems Utility Studies Variable Frequency Drive (VFD) Water Water Conservation Techniques Water Desalinization Water Heat Sinks Water Systems Best Management Plan Implementation Water Treatment Wind Turbines
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a26bbbda05fdc6335ee551a62e15f067&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL<br />
Zip Code: 35807-4301<br />
 
Record
SN01768576-W 20090315/090313215228-a26bbbda05fdc6335ee551a62e15f067 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.