Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOURCES SOUGHT

59 -- NCCIPS Phase II Build-Out Project 3 - RFI

Notice Date
6/26/2009
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS (Technical Services Branch) 4TRE, 401 West Peachtree Street, Suite 2700, Atlanta, Georgia, 30308
 
ZIP Code
30308
 
Solicitation Number
4QCN17094811
 
Archive Date
7/18/2009
 
Point of Contact
Melvin B. Fordham, Phone: 9018745493, Albertine L. Honore, Phone: 228-688-4640
 
E-Mail Address
bernard.fordham@gsa.gov, albertine.honore@gsa.gov
(bernard.fordham@gsa.gov, albertine.honore@gsa.gov)
 
Small Business Set-Aside
8a Competitive
 
Description
Instructions * * * QUOTES ARE NOT BEING ACCEPTED AT THIS TIME. THIS IS A REQUEST FOR INTEREST (RFI) ONLY, SEEKING SOURCES ONLY * * * GSA Contract Number: 4QCN17094811 Project Name: NCCIPS Phase II Build-Out Project 3 QUOTES ARE NOT BEING REQUESTED AT THIS TIME, qualified parties interested in receiving the RFQ for this requirement should respond to this source sought notification. The RFQ will be issued via GSA IT-Solutions Shop (ITSS). Contractors must be properly registered in ITSS in order to receive a copy of the RFQ. Qualified vendors may register for an ITSS account on the web at https://itss.gsa.gov or by telephone at 877-243-2889 option 2. Interested vendors must respond via email to bernard.fordham@gsa.gov and albertine.honore@gsa.gov no later than 5:00 PM EST July 3, 2009. Request for Information: This notice is to advise all prospective qualified vendors that GSA has received a request a requirement to acquire and install ancillary equipment in support of DHS information technology systems. It will provide increased power capacity for Zones A/B and Zones G/H. The following information is provided to determine if you are interested in receiving RFQ. Project Title: NCCIPS Phase II Build-Out Project 3 1.0Introduction: Work is to be accomplished for the Commander, Naval Meteorology and Oceanography (CNMOC), Stennis Space Center, MS, herein referred to as Client, through the General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services Division, Southeast Sunbelt Region. 1.1Background: In the aftermath of September 11, 2001, the President and Congress identified a critical national need for the secure collection, protection, and dissemination of critical information (CI) across federal, state, and local governments, and the private sector. The establishment of the National Center for Critical Information Processing and Storage (NCCIPS) Center is a capability which directly supports several federal government organizations in a manner that meets their requirements. The largest NCCIPS customer organization is the Department of Homeland Security (DHS). The mission of the DHS established under the Homeland Security Act of 2002 is to lead the unified national effort to secure America. DHS’ mission is to prevent and deter terrorist attacks and protect against and respond to threats and hazards to the nation by ensuring safe and secure borders, welcoming lawful immigrants and visitors, and promoting the free-flow of commerce. DHS has identified a requirement for the acquisition and installation of ancillary equipment in support of information technology (IT) systems located in buildings 9305, 9323 and 9324, primarily in Zones A/B and Zones G/H of the NCCIPS facility. 2.0Scope and Objectives: The objective of this project is to acquire and install ancillary equipment in support of DHS information technology systems. It will provide increased power capacity for Zones A/B and Zones G/H. 3.0Requirements: The requirement is for the acquisition and installation of ancillary equipment in support of DHS information technology systems. This project will provide increased power capacity for Zones A/B and Zones G/H of the NCCIPS facility via the acquisition and installation of: •Electrical and mechanical materials for Zone G/H by 15 Oct 2009 to include: oTwo (2) each 1000 Kilovolt-Ampere (KVA) UPS systems oOne 400 Ton chiller oOne 60 Ton Computer Room Air Conditioning unit oOne 800 and four (4) each 400 Ampere distribution panels o168 computer racks oSixteen (16) each 150 KVA Power Distribution Units oElectrical infrastructure to re-wire Zone G/H to support a 5th UPS •Materials to support power feed tie-in to building 9305 by 30 Oct 2009 •One 25,000 gallon diesel fuel tank and associated infrastructure by 28 Feb 2010 3.1Related Documents: Engineering design packages and drawings are available on compact disk media which can be obtained from GSA representative Albertine Honore upon release of RFQ. Signature will be required for receipt of the compact disk media. Contact information is as follows: Albertine L. Honore' Sr. Contracting Officer, 4QFAC GSA Federal Acquisition Service Assisted Acquisition Service Division 1001 Balch Boulevard Stennis Space Center, MS 39522 Telephone: 228-688-4640 Fax: 228-688-5292 E-mail: albertine.honore@gsa.gov 3.2Problem Resolution: The contractor shall bring problems, or potential issues, affecting performance to the attention of the GSA representative as soon as possible. Verbal reports will be followed up with written reports when directed. This notification shall not relieve the contractor of its responsibility to correct problems for which they are responsible. The contractor will work cooperatively with the Government to resolve issues as they arise. 3.3Task Order Deliverables: The following schedule of milestones will be used to monitor timely progress on the task order. In this schedule, DOA designates “Date of Award”. The number of days referenced below is in calendar days unless other wise noted. Milestone/DeliverablePlanned Completion/Due Date Critical Path Schedule and Costs15 calendar days after DOA Quality Assurance/Quality Control (QA/QC) Plan15 calendar days after DOA Safety Plan15 calendar days after DOA Weekly Status MeetingsWeekly 3.4Client Support Contractors: Science Applications International Corporation (SAIC) and Dell Consulting, hereafter referred to as SAIC, are the designers of record for the phased Engineering Design Packages (EDPs) that will be utilized by bidders to develop fixed price project proposals for the defined scope of work. SAIC shall also provide oversight of the provisioning projects as requested by the client. The categories of engineering design services and deliverables provided by SAIC to support the provisioning project are: oThe EDPs consist of discrete incremental packages of drawings, schedules, and technical specifications, for the facility infrastructure upgrades. oThe EDP drawings and schedules define the procurement and installation services required to complete the EDP scope of work. oThe EDP technical specifications define the procurement requirements and also the testing, and commissioning requirements for the EDP. oThe commissioning requirements define the commissioning specifications, including test criteria, required for final acceptance of the installed EDP components by the client. These specifications and criteria are to be provided in Commissioning Criteria Documents (CCDs). The contractor shall use the EDP drawings, schedules, and technical specifications for the above EDPs and the general specifications defined in this document as the basis for submitting a fixed price proposal for the above scope of work. The bidder’s response should include technical approach, proposed completion dates along with the fixed pricing. 3.5Subcontractor Identification: All proposed subcontractors must be properly identified in the proposal. This identification shall include names of authorized representatives and contact information and names of subcontractor personnel assigned to manage site work for the duration of the project. Subcontractors not identified in the proposal will require the client’s approval prior to performing any work associated with the project. 3.6Quality Assurance / Quality Control: The contractor must submit a Quality Assurance/Quality Control (QA/QC) Plan including staffing personnel to the client within fifteen calendar days of contract award for review and approval. If a plan is not submitted, the contractor agrees to use one provided by the client. 3.7Safety Plan: The contractor must submit a Safety Plan with proposed staffing that complies with all applicable industry codes and EDP technical specifications within fifteen days of contract award for review and approval by the client. If a plan is not submitted, the contractor agrees to use one provided by the client. 3.8Facility Damage: Regardless of the proximate cause, in the event of any damage occurring to the 9300 Facility or private property by any contractor or subcontractor activity during the life of the contract, the contractor shall promptly advise the client in writing, and participate in a joint assessment of the damage with client personnel. Upon completion of the assessment, the contractor shall be responsible for the assessed damages. 3.9Non Disclosure Requirements: This project will require the establishment and implementation of a Non Disclosure Agreement (NDA) policy. All key contractor and subcontractor personnel will be required to sign NDA forms and abide by all NDA requirements. 3.10Security: DD Form 254 is not required. All contractor personnel including vehicle drivers and delivery personnel must be U.S. citizens. NASA policy for access to Stennis Space Center (SSC) specifies that contractor personnel who are on site for a total of more than 179 days require a National Agency Check with Inquiries (NACI). Processing and funding of the NACI will be provided by the Navy. Long term badges will be provided to contractor personnel upon submission of the completed forms and after finger printing which will be accomplished by SSC securit
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/FTS/4TRE/4QCN17094811/listing.html)
 
Place of Performance
Address: Naval Meteorology and Oceanography (CNMOC), 1002 Balch Blvd, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN01858584-W 20090628/090627001058-a906f39836cd62d35d6f92625c3032e7 (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.