SOLICITATION NOTICE
R -- Program and Project Management Support for South Louisiana Water Resources Program including Hurricane Protection and Louisiana Coastal Protection and Restoration
- Notice Date
- 3/2/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-07-R-0069
- Response Due
- 4/19/2007
- Archive Date
- 6/18/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army, Corps of Engineers, New Orleans District, has a requirement for Program and Project Management support for the South Louisiana Water Resources Program including Hurricane Protection and Louisiana Coastal Protection and Restoration. De scription of work includes but is not limited to Program and Project management support within standards of the Project Management Institute; Expert level analysis and consulting services to manage the Hurricane Protection System (HPS), to include the esta blishment of systems and metrics to measure Hurricane Protection Office (HPO) and Protection Restoration Office (PRO) performance (quality, schedule, budget and safety) during all phases of program execution (pre-design, design, and construction); Technica l support through performing reviews of technical and programmatic submittals and other documents, providing comments, preparing contracting documents to include draft proposals, draft solicitations, and draft scopes of work; Assisting with programmatic an d/or systematic technical issues; Development and preparation of detailed Project Management Plans; Scoping, scheduling, tracking, reviewing and coordination of various Project Management Plans; Preparing fact sheets, technical issue papers, and program st rategy papers; Developing and maintaining detailed project planning, design and construction schedules, and alternate schedules; Developing information for media, public affairs events, and websites; Cost estimating to include reviewing estimates prepared by others and preparing program and project cost projections; Budgeting and scheduling using the Corps P2 system; Preparing, editing, and managing production of technical documents; Forecasting data needs and uses; Developing performance management contro ls; Performing study evaluations and preparing reports including estimates of cost and benefits; Providing support and administrative services for technical presentations, including technical writing for user manuals and final reports; Attending, organizin g, facilitating, and/or compiling notes of meetings; Developing and instructing training programs and handouts; Providing technical support for project operations associated with the overall effort and for any emergency operational response requirements th at may occur; Providing data to obtain all necessary permits, licenses, and approvals from all local, State, and Federal authorities as necessary for performance of the work; Providing real estate support; Preparing reports or portions thereof to include, but not limited to: interim progress reports, public information documents, planning reports, and schedules utilizing P2 or other Government systems. Furnishing schedules in Work Breakdown Structures that are compatible with P2. Preparing charts, graphs , presentation quality data, GANTT charts, PERT charts, BAR charts, financial charts, and other products. Generating reports, analyses, and presentations from this data; Performing construction management; Performing modifications; Performing quality assu rance and quality management; Managing document control; Providing environmental and regulatory support; Performing safety management; Performing information management; Providing public affairs support; and Executing the various work features as described to the extent set forth in individual task orders. The approximate value of this acquisition is $150,000,000.00. The Corps intends to award a 5 year Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ), performance based service contract. This will be a Best Value procurement action. The technical evaluation factors are: 1. PAST PERFORMANCE AND PAST EXPERIENCE, 2. CAPACITY AND CAPABILITY, 3. MANAGEMENT PLAN, 4. COST. The evaluation factors are listed in descending order of importance. All ev aluation factors other than cost or price, when combined are significantly more important than cost or price. The award will be based on an assessment of the ev aluation results as a whole. Request for proposal will be available on or about 19 March 2007. Proposal due date is on or about 19 April 2007. NACIS CODE is 541618, business size standard is $6.5M. Interested parties shall obtain a copy of the reques t for proposal by downloading it from www.fedteds.gov. You will be required to register in FedTeDS in order to download this document. EFFECTIVE 01/01/05, ALL CONTRACTORS WHO SUBMIT A PROPOSAL ARE REQUIRED TO REGISTER IN T HE ONLINE REPRESENTATIONS AN D CERTIFICATIONS APPLICATION (ORCA). THE WEBSITE FOR ORCA: http://orca.bpn.gov. Contractor must be registered with the Central Contractor Registration to be eligible for contract award or payment from any DOD activity. Information on registration m ay be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. This is issued as a small business set-aside. POC for this action is Sally.L.Leingang@mvn02.usace.army.mil or 504-862-1665.
- Place of Performance
- Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Country: US
- Zip Code: 70160-0267
- Record
- SN01242901-W 20070304/070302221604 (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 |