SPECIAL NOTICE
R -- Notice of Intent to Modify UMCS V MATOC(s) to Increase Capacity
- Notice Date
- 4/9/2025 1:55:30 PM
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- W2V6 USA ENG SPT CTR HUNTSVIL REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Response Due
- 4/23/2025 3:00:00 PM
- Archive Date
- 05/08/2025
- Point of Contact
- Derrick L. Coffey, Christopher M. Andrews
- E-Mail Address
-
derrick.l.coffey@usace.army.mil, christopher.m.andrews@usace.army.mil
(derrick.l.coffey@usace.army.mil, christopher.m.andrews@usace.army.mil)
- Description
- The United States Army Engineering and Support Center, Huntsville (herein referred to as Huntsville Center) hereby provides its Notice of Intent (NOI) to award sole-source modifications to increase the total programmatic Multiple Award Task Order Contract (MATOC) capacity by $800,000,000, from $2,100,000,000 to $2,900,000,000 (shared contract capacity), using other than full and open competition on the current Utility Monitoring and Controls Systems (UMCS) Fifth (V) Generation MATOC (UMCS V) on the basis of the circumstances identified in 10 U.S.C. 2304(c)(l) and FAR 6.302-l(a)(2)(iii)(B). UMCS V consists of 9 small businesses and 10 other than small businesses, and includes: W912Y-20-D-0027 - AXXIS Building Systems, Inc. W912Y-20-D-0028 - Chinook Systems, Inc. W912Y-20-D-0029 - Dewberry Design-Builders, Inc. W912Y-20-D-0030 - EPC Service, Inc. W912Y-20-D-0031 - Honeywell International, Inc. W912Y-20-D-0032 - Johnson Controls Buildings Automation Systems, LLC W912Y-20-D-0033 - KBRWyle Technology Solutions, LLC W912Y-20-D-0034 - M.C. Dean, Inc. W912Y-20-D-0035 - PTSI Managed Services, Inc. W912Y-20-D-0036 - Prime Mechanical of Wisconsin, LLC W912Y-20-D-0037 - SEI Group, Inc. W912Y-20-D-0038 - Siemens Government Technologies, Inc. W912Y-20-D-0039 - Spectrum Solutions, Inc. W912Y-20-D-0040 - Stewart Group Enterprises, LLC W912Y-20-D-0074 - Martek-ACI Joint Venture W912Y-20-D-0077 - Hunter Pacific Group W912Y-20-D-0078 - Ameresco, Inc. W912Y-20-D-0079 - Schneider Electric Buildings Critical Systems, Inc. W912Y-20-D-0080 - Signet Technologies, Inc. This sole-source increase in capacity ensures continuation of Huntsville Center�s UMCS Program, while Huntsville Center prepares a solicitation for competition and award of the UMCS Sixth (VI) Generation MATOC pool, projected for award in Fiscal Year 2028. The UMCS work consists of the procurement and installation of UMCS to include Heating, Ventilation, and Air Conditioning (HVAC), chiller/boiler systems installation and/or integration, Supervisory Control and Data Acquisition (SCADA) Systems, and other Automated Control Systems (ACS) including Fire Alarm Systems (FAS), life safety control systems, chemical / biological / radiological contaminant detection / filtration / response, utility (electric, gas, water) metering and Electronic Security Systems (ESS) worldwide. Services include, but are not limited to: a) Developing equipment installation plans; b) Providing building level hardware and software; c) System testing and check-out; d) Performing facility modification and construction required to support equipment installation; e) Providing electronic security and force protection measures; f) Interfacing with and installing new building level data transmission equipment; g) Determining compatibility of new equipment with existing systems; h) Preparing system and component documentation; i) Providing operation and maintenance manuals; j) Providing training; k) Warranting systems; l) Maintaining and servicing systems; m) Operating and monitoring systems; n) Preparing after action and other reports; and o) Providing as-built installation drawings. Work is provided through reimbursable funding from Department of Defense (DOD) or federal agencies. Work will be accomplished through performance-based work statements stating the measurable performance standards and the terms of the required results. This acquisition may require the handling and generation of classified information. This support may call for extensive domestic and foreign travel. The contractors and sub-contractor personnel shall be able to obtain necessary security clearances and visas/passports. Individual requirements are solicited among the selected MATOC pool for award of firm-fixed-price task orders on the basis of best value to the Government. The primary North American Industrial Classification System (NAICS) code applicable to these requirements is 541512, Computer Systems Design Services. Firms are requested to respond to this NOI with the following information which shall not exceed 10 pages: 1. Firms� Legal Name, Address, Point of Contact, Phone Number, and Email Address. 2. Firms' business size/status relevant to the NAICS code above 3. Would you propose as a prime contractor, joint venture, or a teaming arrangement? 4. Is your firm (or team/joint venture) capable of performing multiple contracts simultaneously in various geographic locations, i.e. multiple states, inside and outside of the United States? 5. List the States in which you have the capability/interest to perform work. 6. Has your company ever delivered or is in the process of delivering UMCS requirements such as described above? If so, provide customer references, locations, scope of effort, dollar value, and dates for efforts performed and completed within the past five years. 7. Does your firm have the capabilities and personnel qualifications to provide and install UMCS as indicated above? If so, please provide a brief description of representative projects as well as the number of qualified key personnel, their disciplines and certifications, minimum and maximum years of experience and the average years of experience. 8. Does your firm (or team/joint venture) have the capability, qualifications, and experience to complete designs at Government facilities in accordance with all applicable UMCS technical publications, regulations, codes, and specifications? Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will be considered for market research purposes. Only written responses will be considered. All responses should appear on company letterhead and include at a minimum, affirmation of an active registration in the System for Award Management (SAM) at https://www.SAM.gov/, firm�s Unique Entity Identifier, cage code, and any applicable processed credentials and qualifications. All responses should indicate whether, in relation to the NAICS code above, if they are a large business, small business, small-disadvantaged business, 8(a) concern, woman-owned small business, Hub-zone, service-disabled veteran owned small business, or qualify as socially or economically-disadvantaged; and whether they are United States or foreign-owned. All responsible sources may respond to this synopsis and all responses will be considered by the agency. Responses shall be furnished electronically to the contacts listed below not later than 5:00 PM Central Time, 23 April 2025. Contract Specialist Derrick Coffey, email address: derrick.l.coffey@usace.army.mil Contract Officer Christopher M. Andrews
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/71395b4026874a90a362e3d338d60066/view)
- Place of Performance
- Address: Huntsville, AL 35807, USA
- Zip Code: 35807
- Country: USA
- Zip Code: 35807
- Record
- SN07402232-F 20250411/250409230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |