Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
SOLICITATION NOTICE

S -- Construction Management Support Services

Notice Date
6/24/2011
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA-11-R-0285
 
Point of Contact
Christopher B. Ray, Phone: 7038757017
 
E-Mail Address
raycb@state.gov
(raycb@state.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SAQMMA-11-R-0282 Response Date: July 15, 2011 Set Aside: Service-Disabled Veteran Owned Small Business Owned Concern (FAR 19.1406) Construction Management Support Services (CMSS) for DOS/OBO Special US Embassy Projects. The United States Department of State Overseas Buildings Operations (OBO) is soliciting proposals to award a CMSS contract to a Service Disabled Veteran Owned Small Business Firm. Award of a labor-hour, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract is contemplated. The obligation of funds for the performance of service under the proposed contract will be affected by the issuance of individual task orders. Contractor is required to be a US person as defined under Public Law 99-399, to possess a secret security clearance, and to have construction management experience with OBO projects. The contractor will be required to provide professional services in support of the planning and execution on a limited number of new construction,renovations and maintenance projects of the Bureau of Overseas Building Operations (OBO). Services shall include but not be limited to: (1) planning OBO projects including the development of project requirements, project phasing plans, logistic plans, project management staffing and organization plans, detailed schedules and procurement strategies; (2) assessing OBO's project planning, design, procurement, construction and building operating and maintenance strategies, procedures, and work products and identifying and implementing measures to improve their efficiency and effectiveness; (3) collecting and analyzing information on the schedule and cost performance of OBO's new construction, renovation and maintenance programs; (4) assessing the success of OBO projects in meeting the requirements of the building occupants and users and recommending and implementing opportunities for improvements; (5) evaluating the cost effectiveness of OBO's design and construction criteria and requirements and identifying alternative requirements; (6) assessing the costs and benefits of OBO programs, e.g., its "lessons learned" and value engineering programs, and recommending and implementing improvements; (7) providing a variety of construction and program management support services; and (8) reviewing OBO's present and future plans for the use of computer and related technologies and identifying opportunities to improve OBO's planning, design, construction, and operating and maintenance process through the more effective application of state of the art computer software, hardware, and related technologies. Task orders (T.O.) will be issued for services as needed. Initial T.O. contract amount will be up to US $100,000, with total of T.O. not to exceed US $3,000,000 for the duration of the 5 year contracted services. Any firm that possesses a secret security clearance, complies with the US person definition and can qualify as a service disabled veteran owned small business concern may submit his/her qualifications for consideration prior to the Government releasing the solicitation under this notification. Interested parties are to submit their qualifications, including a cover letter and point of contact, complete information on the qualifications of the business and its principals, and references, by 11:59pm Eastern Time on the Response Date. Inquiries to be directed to Christopher Ray at RayCB@state.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA-11-R-0285/listing.html)
 
Place of Performance
Address: 1701 N Fort Myer Drive, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02481586-W 20110626/110624234344-2583c097bab3840aed398b867aff9a89 (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.