SOLICITATION NOTICE
R -- Indefinite Delivery Indefinite Quantity Contract for Professional Services.
- Notice Date
- 4/29/2014
- Notice Type
- Presolicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-14-R-0041
- Response Due
- 6/13/2014
- Archive Date
- 7/13/2014
- Point of Contact
- Bjorn, 502-315-6196
- E-Mail Address
-
USACE District, Louisville
(bjorn.t.hale@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-14-R-0041 for an Indefinite Delivery Indefinite Quantity Contract for Professional Services for Program Management Support, Master Planning, Real Estate Planning, Project Management Support, Program Management Support Assistance, Environmental Management Support, Modular Design Support, Building Information Management Support, Quality Assurance, Facility Planning, Construction Planning, Database Management Support. These positions are in support of the United States Army Reserve Command (USARC); Army Reserve Installation Management Directorate (ARIMD); Army Reserve Division in their work on various Military programs and Regional Support Commands (RSC's) within the United States and Puerto Rico. Contract capacity may be utilized to serve customers of the Great Lakes and Ohio River Division upon agreement of the ARIMD, Army Reserve Division and the selected contractor(s). Services will include performance of work in the following areas: Master Planning for Real Property Management; Master Planning for Army Reserve Project Development; Analyze Engineering and Base Operations functions; Project Management Support; Preparation of real estate profiles; Environmental Impact Analysis (NEPA documentation), threatened and endangered species surveys; cultural resources analysis; and coordination of required environmental restorations services (hazardous toxic and radiological waste); Capable of operating in a CADD/BIM environment using MicroStation; Capable of operating and evaluating construction cost estimating using the Parametric Cost Estimating System (PACES); Capable of learning additional design and cost estimating software; Test prototypes and beta versions of Army Reserve test plans; IT support for data management; Condition analysis evaluations of existing Army Reserve Centers; Quality Assurance of construction activity; Review contract drawings and specifications; Construction Planning support; Capable of preparing construction cost estimates. TYPE OF CONTRACT AND NAICS: This RFP will be for up to three (3) Multiple Award Task Order Contracts (MATOC). The North American Industrial Classification System Code (NAICS) for this effort is 561110 - Office Administrative Services. TYPE OF SET-ASIDE: This acquisition is set aside for Total Small Business. CONTRACT DURATION: Individual task orders (normally in the range of $100,000 to 250,000 annually) will be issued against the contracts. Expected duration of the majority of the task orders will be 12 months with up to two options of the same duration. Contract period ends five years from date of award. SELECTION PROCESS: Proposals will be evaluated using a Best Value determination and award will be a negotiated firm fixed price. Interested firms must submit a proposal which adequately addresses the following evaluation criteria listed in order of importance: 1) Past Experience. This factor should demonstrate extent of past experience with the identified customer/organization and work similar in nature to that specified above; 2) Past Performance. Provide references for all experience identified in Factor 1. Reference information should include project name, point of contact, their current telephone number and email address. Also include any ratings, letters of appreciation, awards, etc. for relevant experience. 3) Quality management system: (a) Approach to Customer Support, (b) Approach to Seeking Candidates to fulfill tasks, (c) Work Plan. This factor should reflect the organization's approach toward managing the task order to include organization structure, quality control aspects, and customer service; 4) Sample Task Order (Price). This factor should reflect a firm fixed price for the various disciplines shown in Section B of the solicitation. Allowances such as travel, Other Direct Costs such as personal computing resources and/or discounts offered will be negotiated with each individual task order. All evaluation factors, other than price, when combined are equal to price. No other information including pamphlets or booklets is requested or required. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The total accumulation for all contracts is $9,900,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing Solicitation Number W912QR-14-R-0041 on 14 May 2014. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Bjorn Hale, at bjorn.t.hale@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0041/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN03351703-W 20140501/140429234855-78f0069dcff25d509ccfac31c2ab4b73 (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 |