Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2012 FBO #3812
SOURCES SOUGHT

R -- Sources Sought for ACSIM BRAC Support Services

Notice Date
4/30/2012
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91QUZ12R0044
 
Response Due
5/15/2012
 
Archive Date
7/14/2012
 
Point of Contact
Giorgiana Chen, (703) 325-3205
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(giorgiana.chen@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for ACSIM BRAC Support The U.S. Army's Assistant Chief of Staff for Installation Management (ACSIM) Base Realignment and Closure (BRAC) Office, Arlington, VA, is issuing this Request for Information (RFI) to identify potential companies (sources) capable of, and interested in, providing program management, technical and policy advice, recommendations, and support with proven experience and expertise in BRAC actions, financial management technical and programmatic support, real and personal property conveyance of BRAC 2005, Legacy BRAC and non-BRAC excess properties, and environmental investigations, remediation and restorations. This request is for planning purposes only; it is not a request for proposals. There is no guarantee a formal solicitation will be issued by the Government as a result of responses to this RFI. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. The BRAC process is intended to identify excess Department of Defense (DoD) real property and realign resources to allow the DoD the ability to focus available resources on the right number of installations that will fully support mission requirements. Congress initiated the first round of BRAC in 1988, and subsequent BRACs occurred in 1991, 1993, 1995, and 2005. The ACSIM Operations Directorate, BRAC Division (ODB) has the mission to implement and manage Army BRAC. The Government is seeking information on companies with a comprehensive background in program management, technical and policy advice, recommendations, financial management technical and programmatic support, real and personal property conveyance, environmental investigations, remediation and restorations, and support with proven experience and expertise in BRAC actions. These efforts entail the integration of many disparate program functions to support successful completion of an aggressive mission and schedule for disposal of real property at the remaining closed BRAC 2005, Legacy BRAC, and Non-BRAC Excess installations. The Contractor shall be expected to integrate and analyze the various alternatives associated with cost, scope, and scheduling which include resource management, real property disposition, and environmental remediation activities. The Government is also seeking information related to small businesses, which may be able to accomplish portions of the PWS scope. The Government is seeking companies who are capable of and interested in providing services including the following: (1)financial management technical and programmatic support to ensure the most cost-effective and timely use of resources for the implementation and management of BRAC; (2)analysis of the cost baseline for affected BRAC installations and the implementation of protocols to analyze and track cost changes as actions are implemented; (3)identification of critical needs and time sensitive requirements; (4)technical management and recommendations to support real and personal property conveyance of BRAC 2005, Legacy BRAC and non-BRAC excess properties managed by the BRAC Division; (5)BRAC Environmental Coordinator (BEC) support for environmental investigations, remediation and restorations and real property transfer actions which are underway at several designated BRAC and Non-BRAC locations throughout the United States. Place of Performance: The place of performance is the Operation's Directorate BRAC Office, Arlington, VA except for those identified as BECs. Companies capable of and interested in providing these services to the U.S. Army are invited to respond with a ten (10) page maximum White Paper detailing their ability to provide these services mentioned above. The response must describe the company's capability and experience in providing resource management, real property disposition, and environmental remediation support services. The following questions must be answered and elaborated as part of the White Paper: 1.Financial management, technical and programmatic support Describe your ability to provide financial management, technical and programmatic support with the goal of ensuring the most cost-effective and timely use of resources for the implementation and management of BRAC in accordance with section 5.2 Resource Management of the attached Performance Work Statement (PWS). 2.Technical management and recommendations to support real and personal property conveyance of BRAC 2005, Legacy BRAC and non-BRAC excess properties managed by the BRAC Division Describe your ability to provide technical management and recommendations to support real and personal property conveyance of BRAC 2005, Legacy BRAC and non-BRAC excess properties managed by the BRAC Division in accordance with section 5.4 Conveyance of the PWS. 3.BRAC Environmental Management Support Describe your ability to provide BRAC Environmental Management Support for environmental investigations, remediation and restorations and real property transfer actions which are underway at several designated BRAC and Non-BRAC locations throughout the United States in accordance with section 5.7 Environmental Management Support of the PWS. 4.Manpower, skills, education, experience Describe your ability to provide the following: (a)a program manger and alternate program manager in accordance with section 1.6.22.1 of the PWS; (b)BRAC Environmental Coordinators capable of performing the work described in section 5.3 of the PWS; Program manager and alternate program manger education and experience requirements: Minimum Education: Bachelor of Arts or Bachelor of Science degree from an accredited university or other equivalent degree program. Minimum Experience: (a)Ten (10) or more years experience in managing large-scale projects, contracts, funds, and resources. (b)Shall have knowledge and understanding of the Army's BRAC program, including program and management structure and systems to evaluate the effectiveness of the BRAC program. (c)Shall have knowledge of the laws, and policies related to BRAC and BRAC budget process, the federal budget process, and the DoD Program Planning and Budget Execution System (PPBES). (d)Shall possess excellent written and oral communication, analysis, and interpersonal relationship skills, as well as have the skills and ability to develop and present complex presentations. BRAC Environmental Coordinators experience requirements: Contractor BECs shall possess extensive theoretical and practical knowledge that pertains to environmental investigations, remediation and restoration techniques, methodologies and practices for all environmental media. Contractor BECs shall also possess extensive regulatory knowledge in areas of the environment, natural and cultural resources, general engineering and management principals, as well as extensive experience executing large and complex multi-disciplinary actions at Army installations being closed, in accordance with the regulations, policies and procedures of the Army BRAC program and associated governing law. Describe your ability to provide personnel with the necessary skills, experience and education in order to successfully perform the work in accordance with Part 5: Specific Tasks of the PWS. Provide information on the skills, experience and education of the proposed manpower. 5.Security clearance Describe your company's ability to comply with the security requirements under this contract in accordance with section 1.6.15 Security Requirements of the PWS. 6.Explosive safety/Explosive Ordnance Disposal Describe your ability to provide expertise in military munitions and explosives in accordance with section 5.5 of the PWS. 7.Procedures specific to BRAC Describe your ability to perform specific BRAC procedures in accordance with Part 5: Specific Tasks of the PWS. 8. Reports requirements Describe your ability to comply with the reports requirements in accordance with Technical Exhibit 2: Deliverables Schedule of the PWS. 9.Financial capability Describe your company's financial capability to withstand a negative cash flow up to $300,000 per month. 10.Past performance Describe your company's relevant past performance within the last 3 years (include contract numbers, contract type, dollar value of each procurement, point of contact, and brief description of the work performed). All interested firms that possess the capabilities addressed herein are encouraged to respond to the RFI by providing the information specified within 15 days of this announcement. Respondents are requested to submit one electronic copy of the response to Ms. Giorgiana Chen at giorgiana.chen.civ@mail.mil and Ms. Jennifer Johnson at jennifer.d.johnson1.civ@mail.mil. Include W91QUZ-ACSIMBRACSUPPORT in the subject line. NOTE: the use of a RFI number is for tracking purposes only. All requests for further information must be via email to Giorgiana Chen or Jennifer Johnson. Telephonic requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36c7c9f92c81d95365764acb836c28be)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02735115-W 20120502/120501000018-36c7c9f92c81d95365764acb836c28be (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.