Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2005 FBO #1388
SOURCES SOUGHT

R -- Base Development Business Line Assistance and Advisory Services

Notice Date
9/12/2005
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
E012005
 
Response Due
9/23/2005
 
Archive Date
10/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The following information is provided to assist NAVFAC Atlantic in conducting Market Research of Industry to identify potential small business contractors for: NAVFAC Base Development Business Line (BDBL) Assistance and Advisory Services Naval Facilities Engineering Command, Atlantic is seeking U.S. Small Business Administration (SBA) certified 8(A), HUBZone Small Business, Service Disabled Veteran-Owned Small Business and Small Business sources with current relevant qualifications, experience, personnel, and capability to perform Contractor Assistance and Advisory Services (CASS) required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract for Base Development Business Line (BDBL) Assistance and Advisory Services. The BDBL provides key facility, installation, and encroachment planning, infrastructure and facility project development, and geo-spatial information systems and support. The BDBL provides planning expertise in regional and global planning, criteria development, explosive safety and airfield safety, and AICUZ/RAICUZ. CAAS support will provide improvements to Military Construction development process, standardization of planning studies, development of Public Private Venture (PPV) process, assessment of PPV opportunities, standardization and alignment with industry for economic analysis of projects, improvement of training curriculum and workforce development, standardization of geospatial data and products, and evaluation of opportunities for joint service processes. Examples of professional services anticipated to be required are as follows: A. Reporting, compiling, and analyzing data on current business procedures at various NAVFAC offices worldwide. B. Benchmarking processes. C. Establishing prototypes and strategic models for processes and incorporating web-based solutions and technology alternatives in the prototypes and models. D. Analyzing current product line processes for redundancy, efficiency, cost effectiveness, and duplication of functions and effort. E. Recommending changes, improvements, standardization, and alignments to product line processes. F. Providing expert advice on new business processes, procedures, innovations, and methodologies. G. Assisting NAVFAC teams in developing new or updated procedures for implementation. H. Facilitating small and large group meetings, working groups, integrated product, process or self directed teams. I. Convening and/or leading small and large group briefings and discussions. J. Participating in on-site technical meetings. The small business size standard is NAICS 541611, Administrative Management and General Management Consulting Services (Size Standard: $6 Million average annual gross receipts for preceding three fiscal years). This sources sought synopsis will be used by the government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the government still plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunities (www.fedbizopps.gov). Responses to this sources sought synopsis are not adequate response to any solicitation announcement. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The maximum contract value may not exceed ($3,000,000) aggregate total. The minimum guarantee for the contract will be satisfied by the first task order. Contract term is for a one-year base with two (2) option periods. Each performance period will run 365 calendar days, or until the maximum dollar limit is reached, whichever occurs first. Hourly rates will be negotiated for each calendar year (12 month period). The government may exercise the option period(s) unilaterally. Interested sources are invited to respond to this sources sought synopsis by submitting a statement of Capabilities (SOC), which describes the firm?s capability of providing CAAS for NAVFAC?s Base Development Business Line. 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 8(a) certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and/ or SDVOSB status or Small Business status; (5) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database; (6) information on relative past projects that best illustrate your qualifications for this contract (list up to five (5) projects performed within the last five (5) years). Include prior experience of key company personnel for both prime and all planned subcontractors showing experience in providing relative CAAS. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer?s name, current telephone number; d. Contracting Officer?s technical representative or primary point of contact name and current telephone number; e. Contract type (e.g., firm fixed price, cost plus, requirements or combination); f. Period of Performance (start and completion date); g. Basic contract award and final contract value; h. Summary of contract work ; and (7) subcontract management --provide information on proposed teaming arrangements, i.e., team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted. The SOC must be on 8 by 11-inch standard paper and is limited to 15 single sided pages and does include submitting a copy of the firm?s small business certificate. Respondents will not be notified of the results of this evaluation. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the government. Interested parties shall mail or email responses to NAVFAC, Procuring Contracting Office (POC): Naval Facilities Engineering Command Atlantic, 6506 Hampton Blvd, Norfolk, VA 23508-1278, Code AQ11B, Attn: Leslie Roe; email: Leslie.Roe@navy.mil. Receipt of potential offeror?s SOC shall be received no later than 2:00 pm, Friday, September 23, 2005. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. The Government also reserves the right to request additional information, if needed, from any and all respondents.
 
Record
SN00893102-W 20050914/050912212631 (fbodaily.com)
 
Source
FedBizOpps.gov 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.