SOLICITATION NOTICE
R -- Program Management and Analytical Support Services for the USCG DOL
- Notice Date
- 12/17/2015
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-16-Q-BB5081
- Archive Date
- 6/21/2016
- Point of Contact
- Christina M. Grimstead, Fax: (757) 628-4135
- E-Mail Address
-
Christina.M.Grimstead@uscg.mil
(Christina.M.Grimstead@uscg.mil)
- Small Business Set-Aside
- HUBZone
- Description
- SYNOPSIS / PRESOLICITATION NOTICE HSCG84-16-Q-BB5081 Synopsis of Requirement: The United States Coast Guard (USCG) has identified a requirement for continued contractor services to support the Director of Operational Logistics (DOL) and other USCG enterprise efforts (e.g., Deputy Commandant for Mission Support (DCMS)) to ensure uniform business management practices are in place across the DOL. Contractor services required include, but are not limited to, program management, facilitation, meeting management, strategic planning and analysis, business case analysis, continuous process improvement and implementation support for business management concepts, planning initiatives, and communications of the DCMS organization using approved and authoritative project management resources and databases, (e.g., MS PROJECT PRO 2010, SHAREPOINT, PRIMAVERA, MS Outlook Task Manager). Set-Aside: The solicitation will be set-aside 100% for certified HUBZone small businesses. NAICS Code/Size Standard: The applicable NAICS Code is 541611 (Administrative Management and General Management Consulting Services) and the size standard is $15.0 million. Contract Type/Vehicle: The anticipated contract vehicle will be single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm-fixed unit prices; individual task orders will be issued pursuant to the IDIQ contract when/if services are required. Period of Performance: The period of performance of the IDIQ contract is anticipated to be for a Base Period and 4 Option Periods (not to exceed five years if all options years are exercised by the Government). SAM Registration: Interested parties are encouraged to register in the System for Award Management (SAM). Information on SAM registration can be obtained at https://www.sam.gov/portal/public/SAM/. Please contact SAM Customer Service at (866) 606-8220 regarding questions/problems regarding SAM registration. Important: The solicitation will be available on or about January 4, 2016 and is anticipated to close on or about January 22, 2016. The solicitation will incorporate commercial clauses and provisions in accordance with the Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items). Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The solicitation (SF-1449), all attachments, and any amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed. Questions: Questions will not be accepted at this time; there will be a time period specified in the solicitation for receipt of questions. The information in the synopsis/pre-solicitation notice is subject to change at the sole discretion of the U.S. Coast Guard.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-16-Q-BB5081/listing.html)
- Place of Performance
- Address: Primary Place of Performance for Key Personnel Only:, USCG, Director of Operational Logistics, 300 East Main Street, Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN03972862-W 20151219/151217235334-2ddf4692bc8504739ad817082393baef (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 |