Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
SOURCES SOUGHT

B -- SOURCES SOUGHT FOR THE PERFORMANCE OF WORK PERTAINING TO THE COMBAT READINESS SUPPORT TEAM THAT SUPPORTS ARMY and MARINE CORPS RANGE AND TRAINING LAND PROGRAM RANGES III PLANNING CONTRACTS

Notice Date
6/7/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-04-R-0016
 
Response Due
7/9/2004
 
Archive Date
9/7/2004
 
Point of Contact
Phyllis Pond, 256-895-1148
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(Phyllis.A.Pond@HND01.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT FOR THE PERFORMANCE OF WORK PERTAINING TO THE COMBAT READINESS SUPPORT TEAM THAT SUPPORTS ARMY and MARINE CORPS RANGE AND TRAINING LAND PROGRAM (RTLP). POC Phyllis A. Pond, Contract Specialist, 256-895-1148 or Katherine H. Atkins, Cont racting Officer, Description: The U. S. Army Engineering and Support Center, Huntsville is considering a small business set aside for the impending procurement related to the study, analysis and planning associated with the existing use, sustainment and f uture development of live-fire ranges, training areas, training facilities and training lands at military installations world-wide to include support services described below and in accordance with Army Regulation 210-21. The CRST responsibilities under t his contract will include planning and planning related studies related to range and training land requirements, military installation facilities planning, and related items such as construction programming documents, environmental documents, mapping, geog raphic information systems, and utility support studies. This acquisition focuses on three functional pillars including 1) Training Requirements Analysis and Supporting Studies; 2) Installation Infrastructure Planning, Analysis and Supporting Studies; 3 ) and Environmental Studies related to National Environmental Protection Act (NEPA) Process Studies and Supporting Documentation. The decision to set aside the procurement for small business or to allow full and open competition in a future procurement f or these services will depend in large part to the responses to this announcement by qualified small businesses. Sources are being sought for experienced firms with a North American Industry Classification System (NAICS) Code 54133, Engineering Services with average annual receipts of $4 million or less for the past three (3) years; capacity to dedicate a single poin t of contact for this work; and who have successfully demonstrated performance related to services or activities for the Army Range and Training Land Program and related training activities as stated herein. Experienced firms must be capable of putting a team of qualified and experienced firms together to support all three of the functional pillars of this acquisition under a teaming concept. The three functional pillars are: 1) Training Requirements Analys is and Supporting Studies; 2) Installation Infrastructure Planning, Analysis and Supporting Studies; 3) and Environmental Studies related to National Environmental Protection Act (NEPA) Process Studies and Supporting Documentation. The prime firm must s upport 51 per cent of the contracted work. This acquisition requires interested firms to demonstrate experience and execution related to the Range and Training Land Program to include the assessment of quality and quantity of training assets, ranges and f acilities, and training opportunities / capabilities; determining requirements for a wide spectrum of live-fire ranges, training areas, maneuver areas, and related training support facilities and assets such as, simulation/simulator centers and complexes. The work also includes analyzing unit-training requirements, developing training investment strategies, and determining force integration and modernization effects on training capabilities and support requirements, and a variety of supporting justificatio n and programming documents, National Environmental Protection Act (NEPA) studies, analyses and documentation. In addition firms should be experienced in mapping, geographic information systems, and database development. It is the intention of the Huntsville Center to make multiple award contracts pending the outcome of the sources sought. A Pre-Proposal and Teaming Conference is tentatively planned during the week of 15 Feb 05 and will be conducted in Huntsville, AL. Th e specific date will be identified later. Contract period of performance is anticipated to be five (5) years (basic and fo ur (4) optional years) with a total program value of approximately $30 million. This work is planned at U.S. military installations world-wide; therefore all personnel performing work on-site must be U.S. citizens. Interested firms should submit a document which furnishes information equivalent to the information reflected in a SF330 describing relevant demonstrated experience and qualifications in the following format: Part 1 ?????? Provide the following information in the order presented in this section: 1) Provide the name(s) of company or firm, subcontractor(s), or team members; 2) address of prime, subcontractors, or team members; 3) telephone number of prime, subcontractors, or team members; 4) fax number of prime company; 5) email address of prime , subcontractor(s), or team members; 6) point of contact(s) of prime, subcontractor, or team members with title within the company, 7) telephone number of point of contact; and 8) business size indicator; e.g., SB, SDB, WOSB, 8(a), Hubzone, SDVOSB; and r ole of each firm that will be involved in this contract. If a firm has branch offices, indicate each individual branch office that will have a key role on the team. The named subcontractors and outside associates or consultants that may be used as part o f the team should also be provided. 9) The number of employees of the firm, subcontractors, or team members should be provided. 10) Provide the annual average professional services revenues of firm for the last three years within the areas of Federal w ork, Non-Federal work, and provide the total work. The annual average professional services revenues should be indicated as follows; less than $100,000, $100,000 to less than $250,000, $250,000 to less than $500,000, $500,000 to less than $1 million; $1 m illion to less than $2 million, $2 million to less than $5 million, and $5 million to less than $ 10 million. As an attachment to this part, an organizational chart of the proposed team showing the names and roles of all key personnel and the firm they a re associated with should be provided. Part 2 ?????? Resumes of Key Personnel demonstrating experience in the CRST responsibilities under this contract as referenced above. These responsibilities include planning and planning related studies related to range and training land requirements, mil itary installation facilities planning, and related items, such as; construction programming documents, environmental documents, mapping, geographic information systems, and utility support studies. Experience should relate to and focus on the three funct ional pillars including: 1) Training Requirements Analysis and Supporting Studies; 2) Installation Infrastructure Planning, Analysis and Supporting Studies; 3) Environmental Studies related to National Environmental Protection Act (NEPA) Process Studies and Supporting Documentation; role in the contract, total years experience, total years experience with current firm; firm name and location (City and State), education (Degree and Specialization); current professional registration (state and discipline(s)); and other professional qualifications to include publications, organizations, training, awards, etc. Part 3 Relevant Projects. Provide information on up to five projects in which the person had a significant role that demonstrates the person??????s capability relevant to her/his proposed role in this contract. The information should include the following: 1) Title and location of project or contract to specify the city and state of the project. For an indefinite delivery contract, the location is the geographic scope of the contract. 2) Year Project was completed. Enter the year completed of the professional services, such as, planning, engineering study, design, surveying, and if a construction project the year the construction was completed. If any of the professional services or construction projects are not complete, leave the year completed open or blank and indicate the status in the brief description section and indicate the specific role in the project. 3) Project Owner or user, such as, a government agency, installation, institution, corporation or private individual. Provide name of a person associated with the project owner or user which contracted for the professional services, who is very familiar with the project and the firm(s)?????? performance. Provide the point of contact telephone number. 4) Provide a brief description of the project to include brief scope, size, cost, principal elements and special features of the project, and specific role in the project. Discuss the relevance of the example project to this contract or Sources Sought An nouncement. Indicate by a short statement if the project is being performed with current firm. Select projects where multiple team members worked together that demonstrate the team??????s capability to perform work similar to that required in this Source s Sought Announcement. Number each project starting with ??????1?????? for the first project and number consecutively. References may be contacted for verification. If any of this experience is with the Government, include the contract number. This docu mentation should be limited to description of past projects of those performed within the last five years to include current contracts of the kinds of work and facility types identified above, and should be limited to 25 pages. The contemplated evaluation factors to be used as part of this acquisition to rank the most qualified firms include: a. Technical Capabilities b. Functional Experience c. Past Performance d. Management & Organizational Capability e. Price/Cost (will be evaluated, but not scored) For this sources sought solicitation it is not necessary to submit any additional company information, resumes, sales materials or brochures. Mail submittals to include point of contact or send via overnight courier to U.S. Army Engineering and Support Cen ter, Huntsville, 4820 University Square, Huntsville, Alabama 35816-1822, ATTN: CEHNC-CT-P, Mrs. Phyllis Pond. You may also provide your submittal via e-mail, in word format, to the following address: Phyllis.A.Pond@hnd01.usace.army.mil or Ms. Katherine At kins at Katherine.H.Atkins@hnd01.usace.army.mil Submittals are due no later than 9 July 2004 by 2 P.M. Central Standard Time. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00599508-W 20040609/040607212129 (fbodaily.com)
 
Source
FedBizOpps.gov 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.