Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOURCES SOUGHT

R -- Project Management, Advisory, & Consulting Services in Support of the Department of Homeland Security

Notice Date
3/1/2012
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-11-R-ECSO1
 
Response Due
3/30/2012
 
Archive Date
5/29/2012
 
Point of Contact
Erin Williams, 402-578-8139
 
E-Mail Address
USACE District, Fort Worth
(erin.k.williams2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Due to size standard for NAICS code 541611 changing from $7 million to $14 million dollars, this sources sought is being reposted in order to provide an additional opportunity for interested parties to submit a response. Firms who responded to the original sources sought which was posted to the FedBizOps on 14 Aug 2011 need not respond to this sources sought. Those responses will be considered along with any additional responses. This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District, Engineering & Construction Support Office has been tasked to solicit for and award a Project Management, Advisory, and Consulting Services Multiple Award Task Order Contract (MATOC) which will mainly support the Department of Homeland Security, Customs and Border Patrol, Facilities Management and Engineering Office which is responsible for planning, design, construction, and operational support of capital assets such as buildings, roads, and fencing used by Border Patrol, Immigration and Customs Enforcement, and other DHS entities. Task Orders issued under this MATOC will be in support of project management and planning of new and support of existing DHS Assets as well as in support of the USACE and other federal agencies. The proposed project will be a competitive, firm-fixed price or time and materials, multiple award indefinite delivery indefinite quantity contracts procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The government intends to issue a solicitation based on the method described above; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of performing project management, project management support, planning, data management, logistics management, realty specialist support, environmental planning, forecasting, housing support, as well as general consulting and advisory services. These services are required mainly in support of the Customs and Border Patrol but may also be required in support of the US Army Corps of Engineers operations and other federal agency operations. The resulting contracts will have a 1 year base period and four 1 year option periods. The contract period of performance is for a 1 year base and four 1 year options. The total contract pool capacity will not exceed $450,000,000.00. The estimated minimum size of a task order is $2,500.00. The estimated maximum size of a task order is $10,000,000.00 with the average size task order being $6,000,000.00. Firms must have ability to perform up to two Task Orders simultaneously. The North American Industry Classification System code for this procurement is 541611 which has a small business size standard of $14,000,000.00. The Standard Industrial Code is 8742. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 14 June 2012, and the estimated proposal due date will be on or about 13 July 2012. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include a completed two page capability statement excel document titled "PM Sources Sought Response Capabilities Statement." Interested Firm's shall respond to this Sources Sought Synopsis no later than 4:30pm, March 30th, 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to Erin Williams at erin.k.williams2@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-R-ECSO1/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02686705-W 20120303/120301234823-6eb7f84e43eee3b8d3f42d45471d1d3b (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.