The RFP Database
New business relationships start here

Power Systems Engineering Services


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Power Systems Engineering Services

 

This is a department of State (DoS) Sources Sought only.  Contractors are requested to read and respond to the information below.  The responses from this notice may be used as market research to determine an acquisition strategy of an imminent competitive acquisition. 

The purpose of this Sources Sought notice is to survey the small business vendor community for potential sources who can provide electrical and engineering services to United States Embassies worldwide.  To qualify as a small business the NAICS code 238210, the small business size is the average annual receipts of no more than 15 M.

Contractors must provide the proper licenses for electrical and engineering services which are defined below to qualify as a potential source.

A Professional Engineer is defined as a person holding a current Professional Engineering License in the electrical specialty in at least one of 50 United States, Puerto Rico, or any U.S. Territory.  A licensed contractor is a construction contractor firm licensed to perform at least electrical construction services in at least one of the 50 United States, Puerto Rico, or any US Territory and directly employing at least one licensed Master electrician.  A licensed electrician is either a Journeyman or Master as recognized in any jurisdiction in at least one of the 50 United States, Puerto Rico, or any US Territory. 

The Contractor shall provide overseas professional engineering and technical electrical services including but not limited to:

a) Survey sites to determine needs, to investigate, inspect, assess, trouble-shoot, fix, test, repair, replace, develop effective and economical solutions to challenging power quality and electrical reliability problems, and provide design and construction documents suitable for competitive bidding.  Sources performing such projects shall have such work managed, reviewed, and approved by directly employed, Professional Engineers.

 

 b) Fix, repair, furnish and install generators, transformers, voltage regulators, ATSs, UPS systems, surge suppressors, power quality equipment, power factor corrective equipment, switchgear, switchboards, electric distribution panels, circuit breakers power systems controls/protective relays, PLC, various electrical equipment, and energy improvements .  Sources performing such work shall be licensed contractors with work preformed on-site by at least one Journeyman electrician.

 

 c) Troubleshoot, correct, fix, repair, furnish, replace, install, construct, perform factory start-up, and commission electrical problems and deficiencies in low voltage and medium voltage systems electrical power systems.  Sources performing such work shall be licensed contractors with work performed on-site by at least one Journeyman electrician or Professional Engineer.

 

d) Provide preventive maintenance services for low and medium voltage distribution systems and a wide variety of makes of electrical equipment to include but is not limited to transformers, generators, ATS, AVRs, UPS systems, switchgear, switchboard, distribution panel, circuit breaker, control/protective relay systems, and PLC. Advanced qualifications level III technician must have the ability to load or change PLC programming associated with local equipment.  Sources performing such work shall be a licensed contractor with work performed on-site by at lease one Journeyman electrician.

 

e) Provide purchasing and logistical support.  Sources performing such work shall be a licensed contractor.

 

 f) Work with U.S. Government requirements and other applicable U.S. and foreign laws, codes, and standards (e.g. preparation of design documents in metric units and the submission of construction documents in the latest AutoCAD version).  Sources shall have such work managed by a Professional Engineer.

Interested companies, including all entities which comprise a joint venture, and the joint venture itself, must possess a Defense Security Service (DSS) Final Secret, Interim Top Secret or Final Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. At least one contract will be awarded to firms possessing Interim or Final Top Secret FCLs, and one or more firms with Final Secret FCLs may be selected for additional awards.  Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation.

Selected firms possessing a Final Secret FCL will be sponsored by Department of State for an FCL upgrade to the Top Secret level. Sponsorship does not guarantee that the firm will receive the upgraded clearance. A period of 90 days from the date of selection for award will be allowed for the Secret cleared firm to obtain an Interim Top Secret FCL.  After this period, the Government may, at its discretion, consider not awarding the contract to the selected offeror.

Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Interim and Final Top Secret FCLs.  Contractor personnel requiring access to classified information or Controlled Access Areas (CAA) must possess Secret or Top Secret personnel security clearances issued by DSS prior to performance on the contract. 

 

The responses received in response to this notice may be used as a partial basis for the Contracting Officer’s determination as to the appropriateness of a small business or socio-economic set aside under the subsequent solicitation (RFP).

 

Participation of this request for information is voluntary, no compensation will be provided.

All questions and responses should be submitted in writing via email to Walshrf@state.gov. ; Under no circumstances shall any respondent contact any other Department of State personnel regarding this notice.  This is not a request for proposal.  This is for informal purposes only.  No award will be made on the basis of responses received to this notice.  Telephone inquires will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.  

 

Response Format:

Responses must be submitted electronically, formatted in Microsoft word (any version).

Margins must be 1” on all sides, to print on 8 ½ x 11” paper.  Typeface must be times New Roman, 12-point font.  Responses should be specific to the attached specifications.  The page limitation shall be five (5) pages, but respondents are cautioned to keep marketing materials and non-specific information to a minimum.  No responses shall be accepted via US Mail or fax. The deadline to submit information is April 3, 2017 @ 5:00 pm Eastern time.

 

Response Content:

Responses are only solicited from small business concerns. Small businesses should include their socio-economic group, the company name, address, phone number, e-mail address, NAICS Code, http://www.sba.gov/size, certification of business size, and Duns and Bradstreet Number (DUNS)   Responses should be concise, yet detailed. Firms should provide the following information:

1.       Contractors Relevant Experience in Professional Engineering and Technical Services.

2.      Key Personnel Qualifications pertaining to Engineering and Technical Services, Electrical Contractor licenses, Professional, Technical, and Tradesmen Licenses.  

3.      Offeror’s Relevant Past Performance of similar Government contracts. 

 


Richard F. Walsh, Contracting Specialist , Phone 7038754227, Email walshrf@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP