SOLICITATION NOTICE
R -- Indefinite Delivery Indefinite Quantity Contracts for Administrative and General Management Consulting Services
- Notice Date
- 5/2/2012
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-12-R-0024
- Point of Contact
- Michelle R Mandel, Phone: 907-753-2502
- E-Mail Address
-
Michelle.R.Mandel@usace.army.mil
(Michelle.R.Mandel@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CONTRACT INFORMATION: This Indefinite Delivery contract(s) is being procured in accordance with FAR Subpart 37. North American Industrial Classification System code is 541611, which has a size standard of $14,000,000 in average annual receipts. This announcement is a Full and Open competition. A solicitation will be available on this site on or about May 17, 2012. Indefinite Delivery Indefinite Quantity Type (IDIQ) contracts consisting of a 3-year base period. More than one contract is anticipated; three (3) to five (5) contracts are planned to be awarded with a contract amount of $9,000,000 over three years. The contract amount of $9,000,000.00 will be shared by the successful offeror(s). There will be a minimum guarantee amount for the base period. Contracts will be awarded concurrently. DESCRIPTION OF WORK: This Indefinite Delivery/Indefinite Quantity (ID/IQ) contract is to be used to primarily support Foreign Military Sales, Humanitarian Assistance, and other initiatives undertaken by the Department of Defense and other U.S. Government interests. Services include a broad range of activities for U.S. funded project development services including; planning and controlling services, project facilitation, review and analysis with performance of due diligence. Quality assurance and financial and management oversight of design and construction services could be required. Types of services required may include site investigations, planning, alternative development and analysis, studies, reports, inspections, topographic surveys, hydraulic and geotechnical investigations, cost estimating, value assessments, anti-terrorism force protection analyses, concept documents, final documents, and construction phase services. Services may also include project management, safety reviews, highway and bridge analysis, economic analysis, environmental studies, planning studies, training, performing quality assurance and quality control, and other pertinent work including incidental services during project design and construction, construction support and construction management. Designs will be ancillary services. Services may involve environmental compliance services such as, but not limited to, reports for wetlands, threatened and endangered species, sensitive species, cultural resources, socio-economic effects, hazardous materials, wildlife and fisheries, water quality, land use, agricultural use, floodplain, cumulative and indirect effects, mitigation of impacts, planning, and coordination of public involvement meetings and hearings; preparation of reports and decision making documents. Services may be for facilities, infrastructure systems for facility-related site utilities and grounds, site planning and design, landscaping, and roads and bridges. Services may include requirements for facility-related special studies including specialized structural load analysis related to force protection and anti-terrorism, fire protection and underground storage tank removal and replacement. Work on the contract may involve unique planning, construction, environmental, and cultural issues related to work throughout Asia and the Pacific-rim. This is not a solicitation. A response is not required for this notice. All responders are advised that this contract may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation, and final award. In addition, no projects are yet authorized and no funds are presently available. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). Register via the CCR Internet site at http:// www.ccr.gov or by calling the CCR Assistance Center at 888-227-2423 or 269-961-5757. For ORCA, register at https://orca.bpn.gov/login.aspx
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-12-R-0024/listing.html)
- Place of Performance
- Address: Various Locations, Asia and the Pacific Rim, United States
- Record
- SN02736796-W 20120504/120502235004-187779087d44de6c4105bbd5ac08f4b8 (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 |