MODIFICATION
R -- Revised Sources Sought for ACSIM BRAC Support Services
- Notice Date
- 5/22/2012
- Notice Type
- Modification/Amendment
- 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
- 5/31/2012
- Archive Date
- 7/30/2012
- Point of Contact
- Jennifer D. Johnson, 703-428-1211
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(jennifer.d.johnson1.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Announcement for information and planning purposes only. It is not to be construed as a commitment by the Government. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and does not serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for costs associated with preparation of their responses. Army Contracting Command National Capital Region (ACC-NCR), on behalf of the U.S. Army's Assistant Chief of Staff for Installation Management (ACSIM) Base Realignment and Closure (BRAC) Office intends to procure the following services using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures: 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. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 3:00 PM Eastern Time, 31 May 2012, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date, or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted, then this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541618 with a size standard of $14M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the Performance Work Statement (PWS). Teaming is strongly encouraged. Capability packages must not exceed 10 pages and must be submitted electronically. All contractor questions pertaining to the PWS or other parts of this requirement must be submitted no later than Wednesday, 23 May 2012. Security Clearance: Contractor personnel performing work under this contract will require a current Secret clearance at time of the proposal submission, and shall maintain the level of security required for the life of the contract. Although this is not a classified contract, the Contractor will need a security clearance in order to access systems required for work under this contract. An interim security clearance MAY be granted on a case-by-case basis. ACSIM will NOT assist with obtaining clearances. Small business concerns are to outline their experiences in the following areas: 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 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. In particular, 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; and (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 (BECs) 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. 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). Areas or tasks in which a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Jennifer Johnson (e-mail: jennifer.d.johnson1.civ@mail.mil) for this procurement. A Firm Fixed Price (FFP) contract is anticipated. The anticipated period of performance will be one Base Period of 12 months and two 12-month option periods. The place of performance will be at Government facilities located within the National Capital Region (NCR). The Government anticipates a written Request for Proposal (RFP) will be posted on or about 30 July 2012. The RFP must be retrieved and downloaded from FedBizOps. Select the desired RFP and click on the "Process" button. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted as specified in the RFP. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Jennifer Johnson.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e7c1ec0ad9cdb6dde483d1bd33cfd62b)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
- Zip Code: 22331-1700
- Zip Code: 22331-1700
- Record
- SN02755229-W 20120524/120523000253-e7c1ec0ad9cdb6dde483d1bd33cfd62b (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 |