Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOURCES SOUGHT

R -- Professional Services to Support the Navy's Enhanced Use Leasing (EUL) Program

Notice Date
6/14/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010R5027
 
Response Due
6/24/2010
 
Archive Date
7/9/2010
 
Point of Contact
Danyiele Peterson (757)322-8365
 
E-Mail Address
danyiele.peterson@navy.mil
(danyiele.peterson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a market research tool to determine whether to set-aside an acquisition for services for Small Business (SB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business or 8(a) concerns only. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command, Atlantic (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The acquisition is for an Indefinite Delivery Contract (IDC) on behalf of the Commander Navy Installations Command (CNIC) for contractor support for the Navy's Enhanced Use Leasing (EUL) Program. Under 10 USC 2667, the Navy has authority to enter into long-term leases with the private sector for certain of its properties, and receive "in-kind consideration" that can be used for: maintenance, protection, alterations, repair improvement or restoration of property; construction or acquisition of new facilities operations support; and provisions of other services. The program seeks to maximize the financial value of the properties and leverage that value with private sector expertise to offset the cost of ongoing operations or obviate the need for capital investments. The Navy is seeking Contractor assistance to support this effort. If solicited, the contract could consist of two phases. The tasks under Phase 1 entail developing analyses of potential sites, the scoring and ranking of potential sites, and preparing Economic/Market Analysis Feasibility Studies. The tasks under Phase 2 consist of preparing Notices of Intent to Lease (NOL); the planning and hosting of the Industry Forum; providing Information Management Support, which includes the development and maintenance of a web based EUL site that includes detailed information on the EUL program and associated events; evaluating developer proposals; providing Business and Leasing Plan Development Assistance; preparing Special Studies Analyses; preparing Special Briefings; and! Post-closing Support Services. The Navy and Marine Corps EUL program will encompass Continental United States (CONUS) Navy and Marine Corps Installations including Hawaii and Guam. There will be multiple Phase 1 and Phase 2 studies occurring simultaneously for Navy and Marine Corps Installations in various CONUS geographical areas including Hawaii and Guam. The Industry Forum will be planned, coordinated, and hosted to establish a framework for disseminating information on the EUL program among Navy and Marine Corps stakeholders and developers from private industry. The Industry Forum will be hosted in various geographical areas within CONUS. The NAICS code for this proposed procurement is 541611 (size standard is $7,000,000.00). If the solicitation is issued, the solicitation will consist of a base year and four (4) one-year options totaling five (5) years of performance. Services/options are anticipated unless precluded by legislative language. The anticipated aggregate total of work to be issued all awards over the life of the contract term (base year plus four one-year options) shall not exceed the estimated maximum amount of $15,000,000. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy's decision to set-aside this acquisition. Interested firms must submit a SOC, which describes, in detail, the firm's capability of providing contractor support services. 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 small business certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business status; (5) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (6) provide information on recent past projects (no more than three projects and within the last three years) that demonstrates your ability to successfully manage four to five EUL projects simultaneously and best illustrates your qualifications for this requirement, to include the development and maintenance of a web based EUL site that includes detailed information on the EUL program and associated events; (7) subcontract management: p! rovide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513)). Prime contractors must note that at least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the prime. Prime shall indicate whether it will perform and provide 50% or more of the work and personnel without relying on subcontractor. The Government reserves the right to request additional information as needed, from any and all respondents; (8) provide a written statement as to your ability to perform work within CONUS Navy and Marine Corps Installations including Hawaii and Guam. The SOC must be complete and sufficiently detailed to allow for a determination the firm's qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 15 single sided pages (including all attachments). Responses are due on Thursday, 24 June 2010 at 2:30PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command Atlantic, ACQ3 (ATTN: Danyiele F. Peterson), 6506 Hampton Blvd., Bldg. A - Room 1200, Norfolk, VA 23508-1278. Submissions must be received at the office cited no later than 2:30PM EST on 24 June 2010. Electronic submission of the statement of capabilities packages will not be accepted. DATA RECEIVED IN RESPONSE TO THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. NO CONTRACTS OR AWARDS WILL BE ISSUED AS A DIRECT RESULT OF THIS NOTICE. QUESTIONS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247010R5027/listing.html)
 
Record
SN02177056-W 20100616/100614234820-becf844da117446b49abe3db586b984a (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 |
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.