Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SOURCES SOUGHT

99 -- Project and Program Management (PPM) Services

Notice Date
3/8/2024 11:30:23 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
W4LD USA HECSA ALEXANDRIA VA 22315-3860 USA
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ24S0021
 
Response Due
3/22/2024 10:00:00 AM
 
Archive Date
04/06/2024
 
Point of Contact
Doug Pohlman, Phone: 7034286420, Giorgiana Chen, Phone: 7034287131
 
E-Mail Address
douglas.e.pohlman@usace.army.mil, Giorgiana.Chen@usace.army.mil
(douglas.e.pohlman@usace.army.mil, Giorgiana.Chen@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Humphreys Engineer Center Support Activity (HECSA), is expecting to issue a solicitation for Project and Program Management (PPM) Services. The purpose of the draft Performance Work Statement (PWS) and anticipated PPM Services and work categories is to gather industry comments, suggestions, or questions before the release of the RFP solicitation. This notice is for market research purposes only, with the intent to identify vendors that are interested and capable of performing the requirements listed in the attached draft PWS - Project and Program Management (PPM) Services. A draft Performance Work Statement (PWS) describing the services required has been attached. The proposed contract type is expected to be a Firm-Fixed-Price Indefinite Delivery Indefinite quantity (IDIQ)/Multiple Award Task Order Contract (MATOC) with a three-year ordering period. The first task order(s) will be issued with the award of the MATOC and satisfy the minimum guarantee. Award of the MATOC and first task order(s) is anticipated in September 2024. The estimated ceiling of the MATOC is $45M and the estimated guaranteed minimum is $25,000 for the base period only. The contractor shall provide all parts, labor, plan, equipment, material, supplies, supervision, management, transportation, and all other requirements to successfully perform all MAIDIQ projects. Work shall be performed in strict accordance with all terms and conditions of the MAIDIQ and resulting TO (Task Order), to include but not limited to, the TO, Performance Work Statement (PWS) and all other documents incorporated into the TO. TOs shall vary in size ranging from $25,000 to approximately $2M with the majority being between $50,000 and $1M (See PWS). The Government intends to award a commercial, firm-fixed price MATOC for this requirement. The applicable NAICS code for this requirement is 541512 � Computer System Design Services. All business sizes are welcome to respond, however, small business vendors with the aforementioned NAICS are highly encouraged to submit capability packages. In response to this email, please provide the following information: Name of the firm point of contact, phone number, email address, CAGE code, SAM UEI number, small business status as listed in the System for Award Management and the corresponding NAICS code. Company's technical capability to perform a contract of this scope and complexity to include, but not limited to: Comments on the attached draft PWS. Demonstrate your company has the resources, personnel, and equipment necessary to perform the required services described in the draft PWS. Additionally, discuss any services or supplies that would be subcontracted to fulfil the remaining portion of work and briefly discuss their technical ability and resources. Provide 3 examples of similar projects in terms of scope, size and complexity provided to any Federal Government customer and brief description for each example. Identify challenges and risks associated with meeting the requirements listed in the draft PWS and how your organization would minimize those risks. Can your company provide corporate/commercial experience references that maps back to similar scope, complexity, and magnitude? Does your company currently hold or in the process of obtaining any accreditations such as the following commercial certifications?� International Organization for Standardization (ISO) 9001:2015 (Quality Management), ISO 27001 (Information Security Management), and Capability Maturity Model Integration (CMMI) in Development at Level 3. �Does your company hold an active Facility Security Clearance Level (FCL) at the Secret level?� Discuss your current facility clearance status. Describe your company�s ability to manage engineering resources in occasions where you will have to support additional resource loading due to multiple and conflicting requirements in a short period of time. We are currently anticipating multiple awards of Indefinite Quantity/ Indefinite Delivery contracts with Firm Fixed Price Task Orders for this action. Following contract award, what transition period do you feel would be adequate to start processing task orders? The Government is anticipating providing a Sample Task Order for pricing the action with the solicitation. Does this strategy sound adequate to provide a firm fixed-price effort? The Government is anticipating issuing Requests for Task Order Proposals using a MATOC IDIQ support services PWS. What risks do you foresee with this approach and how would you mitigate those risks? Are there currently any concerns with the stability of the market or labor conditions due to COVID-19/other concerns? A rough order of magnitude estimates for the entire project. Other Considerations: If there anything else your company believes the Government should consider prior to releasing a formal solicitation? Do you consider this action is unreasonably restricting competition? Please provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Please respond to this request no later than 1:00 PM ET on 22 March 2024. Responses can be submitted via email to both Mrs. Giorgiana Chen, Contracting Specialist Giorgiana.Chen@usace.army.mil and Mr. Douglas Pohlman, Contracting Officer Douglas.E.Pohlman@usace.army.mil. RFI questions are due by 1:00 P.M. ET on 13 March 2024. IF A SOLICITATION IS ISSUED,IT WILL BE ANNOUNCED AT A LATER DATE. All interested parties shall respond to that solicitation announcement separately from this sources-sought announcement. No award will result from this sources-sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c29811495c5742fbac1d256408a50f18/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06991379-F 20240310/240308230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.