SOURCES SOUGHT
R -- Project Management Support Services
- Notice Date
- 5/10/2013
- 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-13-R-ECSO10
- Response Due
- 6/10/2013
- Archive Date
- 7/9/2013
- 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
- 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 Support Services Multiple Award Task Order Contracts (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, multiple award indefinite delivery indefinite quantity contracts procured in accordance with FAR 15, Negotiated Procurement using quote mark Best Value quote mark 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 contract period of performance is for a 1-year base and up to four 1-year option periodss. The total contract pool capacity will not exceed $240,000,000.00. 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. 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 December 4th 2013, and the estimated proposal due date will be on or about January 4th 2014. 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 quote mark PM Sources Sought Response Capabilities Statement. quote mark Interested Firm's shall respond to this Sources Sought Synopsis no later than 4:30pm, June 10th 2013. 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-13-R-ECSO10/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN03058918-W 20130512/130510234605-829f1c1a0338433e78a620ecdb359aa3 (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 |