SOURCES SOUGHT
B -- Native American Affairs Technical Support and Native American Lands Environmental Mitigation Program (NALEMP) Implementation
- Notice Date
- 12/9/2013
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP14R0016
- Response Due
- 12/16/2013
- Archive Date
- 2/7/2014
- Point of Contact
- Karen Irving, (505) 342-3356
- E-Mail Address
-
USACE District, Albuquerque
(karen.k.irving@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Native American Affairs Technical Support and Native American Lands Environmental Mitigation Program (NALEMP) Implementation 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. The U.S. Army Corps of Engineers - Albuquerque District - has been tasked to solicit for and award a Native American Affairs Technical Support and Native American Lands Environmental Mitigation Program (NALEMP) Implementation. Proposed project will be a competitive, firm-fixed price contract 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; 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), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantaged Woman-Owned SB (EDWOSB). 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 the technical, analytical and administrative assistance for program management support and execution of NALEMP funds that includes: NALEMP Information gathering and tracking; NALEMP Technical assistance; NALEMP Project Reports; NALEMP Program management assistance; Technical Assistance to the Senior Advisor and Liaison for Native American Affairs, NALEMP Project recommendations; NALEMP Project management plan; NALEMP Administrative Support; NALEMP Exhibit Support; Maintenance and enhancements of the Native American Management System for Environmental Impacts (NAMSEI); Program database development, demonstrations, training and documentation; and The contractor shall provide program management, administrative and technical support and assistance to the Department of Defense, Senior Advisor and Liaison for Native American Affairs at the Office on the Deputy Under Secretary of Defense, Installation and Environmental (ODUSD I&E) in Washington D.C. Contractor support services shall be on-site at the ODUSD (I&E) to perform duties not inherently governmental. Minimum capabilities required include the following: 5 years of experience for each of the following positions: Program Managers, Assessors, and Database Managers. Recent experience (within the last 3 years) providing Government agency assistance with Government-to-Government coordination/relations. Demonstrable working relationships with the Native American tribes and Alaskan Natives. Recent experience (within the last 3 years) with Department of Defense issued Cooperative Agreements (CA) and applicable guidance. Recent experience (within the last 3 years) providing technical and program management support on environmental programs in excess of $5M in support of Government agencies. The contract period of performance is for a base year and three option years. The North American Industry Classification System code for this procurement is 541611, which has a small business size standard of $14,000,000. The Standard Industrial Code is 8742 and The Federal Supply Code is B599. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 28 February 2014, and the estimated proposal due date will be on or about 28 March 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 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the Native American Affairs Technical Support and Native American Lands Environmental Mitigation Program (NALEMP) Implementation project. 3. Firm's capability to perform a contract of this magnitude and complexity same or similar to this work (include firm's capability to execute comparable work performed within the past 5 years: 3a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, EDWOSB, etc. 5. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information if applicable Interested Firm's shall respond to this Sources Sought Synopsis no later than COB 16 December 2013. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail or email your response to Karen Irving USACE - Albuquerque District 4101 Jefferson Plaza NE Albuquerque, NM 87109 Or Karen.k.irving@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP14R0016/listing.html)
- Place of Performance
- Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
- Zip Code: 87109-3435
- Zip Code: 87109-3435
- Record
- SN03248466-W 20131211/131209234423-217aed404432320be16bb608f85017ef (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 |