Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2010 FBO #3289
SOURCES SOUGHT

R -- PROFESSIONAL SERVICES CONTRACT IN SUPPORT OF THE NAVY'S ELECTRIC AND MECHANICAL SYSTEMS

Notice Date
11/24/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247011R7007
 
Response Due
12/6/2010
 
Archive Date
12/21/2010
 
Point of Contact
DANYIELE PETERSON (757)322-8365
 
E-Mail Address
danyiele.peterson@navy.mil
(danyiele.peterson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a market research tool to determine whether to set-aside an acquisition for services for Small Business (SB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business or 8(a) concerns only. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command, Atlantic (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The acquisition is for a professional services Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, which may include advisory and assistance services, to assist in the management and maintenance of the Navy ™s electric and mechanical systems under the cognizance of the Naval Facilities Engineering Command, Atlantic located worldwide. Services to be provided will require the contractor to have extensive understanding of energy and utility regulatory processes, pricing, supply/demand practices, market design, fuel sourcing, Energy Conservation Incentive Program (ECIP), project financing, Enhanced Use Leasing, Power Purchase Agreements, technologies, and operations and maintenance of utility assets. The workload may fluctuate with changes in the number and types of projects in various stages of implementation and in response to Navy decisions to expand the program. The contractor must be flexible and able to surge to respond to these workload challenges. Projects and/or tasks will include, but are not limited to: evaluate and recommend improvements to the Navy and Marine Corps utility cost account system; evaluate and recommend enhancements and changes to the utility and energy data collection and reporting system; conduct utility rate analysis at NAVFAC Atlantic components; perform long-range utility business plans; perform electrical buy versus generate analysis; perform utility organization staffing studies; perform utility overhead analysis; develop utility operational metrics, develop utility capital plans, develop methodology for utility infrastructure management, create energy and utility visions to include renewable energy options where viable, develop vision implementation plans; provide training on utility and energy analysis techniques; design a methodology to develop site-specific strategic utility and energy plans; design utility budget formulation implementation guidance based on FMB requirements; evaluate Real-Time Acquisition for Electric and Natural Gas for Department of the Navy (DON) use; and provide services in support of utilities privatization such as: economic analysis, contract development, analyze proposals, acquisition strategies, and supplier development. The Navy program will encompass Navy and Marine Corps Installations worldwide. The NAICS code for this proposed procurement is 541611 (size standard is $7,000,000.00). If the solicitation is issued, the solicitation will consist of a base year and two (2) one-year options totaling three (3) years of performance. Services/options are anticipated unless precluded by legislative language. The anticipated aggregate total of work to be issued all awards over the life of the contract term (base year plus two one-year options) shall not exceed the estimated maximum amount of $20,000,000. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy ™s decision to set-aside this acquisition. Interested firms must submit a SOC, which describes, in detail, the firm ™s capability of providing contractor support services. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) copy of small business certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business status; (5) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (6) demonstrate expertise in the electric, natural gas, and/or renewable energy (provide applicable professional registrations and certifications, as required); (7) provide information on recent past projects (no more than three projects and within the last three years) that demonstrates your ability to successfully manage five (5) electric, natural gas, and/or renewable energy projects simultaneously; (8) demonstrate ability to surge to meet workload demands; (9) subcontract management: provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513)). Prime contractors must note that at least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the prime. Prime shall indicate whether it will perform and provide 50% or more of the work and personnel without relying on subcontractor. The Government reserves the right to request additional information as needed, from any and all respondents; (10) provide a written statement as to your ability to perform work Navy and Marine Corps Installations worldwide. The SOC must be complete and sufficiently detailed to allow for a determination the firm ™s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 15 single sided pages (including all attachments). Responses are due on Monday, 6 December 2010 at 2:30PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command Atlantic, ACQ3 (ATTN: Danyiele F. Peterson), 6506 Hampton Blvd., Bldg. A “ Room 1200, Norfolk, VA 23508-1278. Submissions must be received at the office cited no later than 2:30PM EST on 6 December 2010. Electronic submission of the statement of capabilities packages will not be accepted. DATA RECEIVED IN RESPONSE TO THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. NO CONTRACTS OR AWARDS WILL BE ISSUED AS A DIRECT RESULT OF THIS NOTICE. QUESTIONS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011R7007/listing.html)
 
Record
SN02333403-W 20101126/101124234050-6c8206a3b5881542af60545a0871833c (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.