Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
MODIFICATION

R -- Process Safety Management Consulanting Services

Notice Date
9/8/2014
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
BLM NM-STATE OFC-SANTA FE(NM916)301 DINOSAUR TRAILSANTA FENM87508US
 
ZIP Code
00000
 
Solicitation Number
L14PS00608
 
Response Due
10/6/2014
 
Archive Date
11/5/2014
 
Point of Contact
Charles Mitchell
 
Small Business Set-Aside
N/A
 
Description
Amendment 1 Process Safety Management Consultant Services The Bureau of Land Management (BLM) in Albuquerque, New Mexico is seeking sources who can provide Process Safety Management Consultant Services as defined in the DRAFT Performance Work Statement (PWS).In addition to searching for qualified vendors, the results of the Sources Sought (SS) will be utilized to determine if and Small Business Set-Aside opportunities exist. A Small Business Set-Aside under NAICS 541620 categories will be considered. The Government request that all companies, both Large and Small, submit their business size by North American Industry Classification System (NAICS) code 541620. If your company is a Small Business, please specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Women-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business to the BLMs Contracting Specialist Charles Mitchell (contact information listed below). It is requested that interested business submit to the contracting specialist a brief capabilities statement package (no more than fifteen pages in length, double spaced, 12 point font minimum and electronically submitted to the Contract Specialist via email) demonstrating the contractors ability to meet the BLMs requirement defined in the DRAFT SOW. This documentation must address, at a minimum, the following elements: 1. Company Name; Company Address; Company Business Size, and point-of-Contact name, phone/fax number, and email address; 2. Company profile to include office location(s), DUNs number, and a statement regarding Jfor the BLM New Mexico Agency; Department of the Interior Office: Bureau of Land Management Location: New Mexico Region J Process Safety Management Consultant Services 2. Past Performance/Experience: The interested offeror shall have successfully completed a minimum of two (2) substantially similar acquisition and procurement support services. Include the most recent projects; do not include more than three (3) examples. In addition to the information submitted in accordance with the Solicitation, BLN will seek out and consider other information obtained from both commercial and government systems (i.e.PPIRS, BBB, etc.) 3.) Because the BLM is also seeking the opportunity to open this solicitation to small and emerging business, the BLM will consider direct working experience that demonstrates technical ability of the Contractor to perform the procurement and services called for in the offering. Acceptable experience would be work performed for a prime contractor as a employee; or as a subcontracting company for the prime contractor, technical experience gained by directly performing the work called for in this solicitation, and similar work history on projects and services that demonstrate the technical ability of the Contractor to successfully perform the work described in this offering, 4.0 The interested offeror shall submit the following information which shall include a list of these projects identifying: Name of the project or place of the work performed (to include address); Project Primes Name; if applicable Issuing agency or company; or identification of the company where the work was performed. Contract/Identification number; (if applicable) Start and Completion dates of demonstration or applicable work performance, project or employment. Brief description of scope of work; Award amount (in whole dollars); if applicable. How the work is substantially similar to the proposed project; No less than three (3) valid references that includes: Agency/Companys name; Point of Contact; phone number; email address. 5.) Schedule: Assuming an award date of November 1, 2014, provide statement that you will have consultant resources to provide the required services during the performance period. 6.) Quality Control: Provide your companys proposed quality assurance surveillance plan (QASP) with critical performance metrics, measurement metrics for the government COR to use with your company to ensure that the government receives quality acquisition management and clerical support services. 7.) Key Personnel: Provide the names and resumes for the Project manager which will be assigned to this project throughout the duration of this requirement, if awarded to you company. This person will be the main point of contact for the BLM COR and CO during the period of performance for this contract. The proposed PM must have a minimum of ten years of technical experience managing and performing all phases of the requirement described in this contract. The contractor will provide the names and resumes for all individuals that will be performing services in support of this project. TO SMALL BUSINESS: Please include in your capability statement in response to the RFI that if awarded a contract under future small business set-aside solicitation under NAICS 541620 for this requirement, your small business company is able to comply with Federal Acquisition Regulation (FAR) clause 52.219-14 Limitation of Subcontracting. DISCLAIMER: This sources sought is for informational purposes only. This is not a request for proposal/quote. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and BLM is under no obligation to award a contract as a result of this announcement. Any information submitted by Respondents to this technical description is strictly voluntary. Information submitted by offerors becomes the property of the Government and will not be returned to the offeror. Sources Sought number is assigned only for market research. If you are having trouble acquiring or opening any attachments/exhibits, please request them via email for the contract specialist (email address shown below). FedBizOpps does not offer the capacity of attaching documents. Responsible sources may submit all questions by 3:00 p.m. MT. October 6, 2014 to Charles Mitchell, Contract Specialist, by email at csmitchell@blm.gov. All capability packages shall also be submitted via email to Charles Mitchell 3:00 PM MT October 6, 2014. Additional Information: Contracting Office Address: The Bureau of Land Management 435 Montano Road, Albuquerque, NM. 87107 Point of contact(s) Charles Mitchell (csmitchell@blm.gov, Contract Specialist (505) 761-8709 Shipping Address:Individual Receiving Shipment NMSOCharles Mitchell and/or H.Reb Conn New Mexico Bureau of Land Management 435 Montano Road, Albuquerque, NM. 87107
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NM/L14PS00608/listing.html)
 
Record
SN03500856-W 20140910/140909022638-8f9b899f6560896104adf5af4e5f607d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.