USACE, Louisville District is seeking sources for an A/E IDIQ SATOC contract to provide communications engineering services utilizing Unified Facilities Criteria (UFC) 1-200-01 DoD Building Code (General Building Requirements), UFC 4-010-05 SCIF Planning, Design, and Construction, UFC 4-021-01 (CHG 1) Design and O&M: Mass Notification Systems, Installation Information Infrastructure Architecture (I3A), SIPRNET Technical Implementation Criteria (STIC)(V7), and 1-201-01 Non-Permanent Facilities in Support of Military Operations, as the basis of design to design and review designs for communications systems for Permanent and Non-permanent facilities. All design documents shall be stamped by a BICSI Registered Communications Distribution Designer (RCDD).
The scope includes the design within facilities and/or outside plant, and the design review of communications designs on OSP/service entrance, communications spaces/rooms, pathways and components, cabling [copper/optical fiber], and interconnecting/outlet components necessary to support the infrastructure for voice, data and video systems, including SCIF. Coordination during design will be required.
The scope includes the following:
a.Design of Communications systems (Interior Systems & Outside Plant).
b.Review of Communications system designs (Interior Systems & Outside Plant).
Systems to be designed/reviewed will include, but are not limited to, the following:
CATV
Video Teleconferencing (VTC)
Voice
Local Area Network (Both passive and Power-Over-Ethernet)
Wireless Access Points (WAP)
Intercom
Electronic Security Systems (ESS)
Intrusion Detection Systems
Personnel Access Control Systems (PACS)
CCTV
Protective Distribution Systems for SIPRNET/JWICS-pathways and power supply only
Public Address (PA)
Mass Notification Systems (MNS)
Fire Alarm Systems
Interior Communications Systems, to include:
Copper and Optical Backbone Pathways/Cabling; Horizontal Pathways/Cabling
Communications Systems for SCIFs and classified systems
Contract duration is estimated at five (5) total years made up of one base year and four (4) option years.
The estimated total capacity is $9,000,000.
NAICS code is 541330.
The CENTCOM region is comprised of 20 countries (Saudi Arabia, Qatar, Bahrain, Kuwait, Afghanistan, Oman, Pakistan, Egypt, Iran, Iraq, Jordan, Syria, Kazakhstan, Tajikistan, Turkmenistan, United Arab Emirates, Kyrgyzstan, Uzbekistan, Lebanon, and Yemen).
Responses should include:
1. Identification of the countries in the CENTCOM region in which the firm is willing and able to work. Please answer each part below, a-c.
a. All 20 countries identified above
b. If not the full 20, in which of the 20 is the firm willing and able to work.
c. Which grouping of countries as follows (would have to be willing and able to work in all countries within each grouping): Group 1(Saudi Arabia, Qatar, Bahrain and Kuwait); and/or Group 2 (Jordan, Oman, and UAE); and/or Group 3 (Afghanistan, Pakistan, Egypt, Iran, Iraq, Syria, Kazakhstan, Tajikistan, Turkmenistan, Kyrgyzstan, Uzbekistan, Lebanon, and Yemen)
2. Contractor's Unique Identifier Number and CAGE Code(s).
3. Descriptions of Experience - Interested A/E firms must provide no more than five (5) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. Projects must be at least 50% self-performed to be considered similar.
a. Projects similar in scope to this project include:
Design or review of design for new construction or renovation of existing facility communications systems. Work shall have included any of the components of communications systems listed above.
b. Projects similar in size to this project include: A single or multiple building project (either new construction or renovated space) with a minimum of 25,000 SF, and can be single or multi-story.
c. Projects similar in location to this project include: Saudi Arabia, Kuwait, Bahrain, Qatar and other geographic locations in the CENTCOM region identified above.
c. Based on the information above, for each project submitted, include:
1. Scope of the project.
2. Size of the project.
3. Design of Communications systems by an RCDD, current percentage of construction complete and the date when it was completed. May include design review for Communications Systems.
4. The portion, type, and percentage of work that was self-performed.
NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.
Email responses to Julie McLaughlin. If you have questions please contact Julie McLaughlin at [email protected]. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.