SOLICITATION NOTICE
R -- Indefinite Delivery Fixed Price Service Contract for A76 Consultant Services
- Notice Date
- 4/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-05-R-0031
- Response Due
- 5/19/2005
- Archive Date
- 7/18/2005
- Small Business Set-Aside
- N/A
- Description
- This proposed procurement is Unrestricted, NAICS 541990, with a Size Standard of $6,000,000.00. The request for proposal will be evaluated based on Best Value for award of the project. All responsible sources may submit a proposal, which will be co nsidered by the agency. The project is being advertised as a Request for Proposal (RFP) where the submittal of technical/management proposals and price proposals are required. Competitive proposals will be evaluated based on the evaluation criteria provi ded in the solicitation. The Governments intent is to award an Indefinite Delivery Firm Fixed Price Contract with a twelve month base year and the option to extend for four additional years. The IDIQ contract if awarded will have a maximum capacity of $ 1M per year for a total capacity of $5M. More than one contract may be awarded from this solicitation. The Governments intent is to award up to four (4) contracts with a minimum of two (2) to small businesses. Large Business Firms are required to submi t a subcontracting plan with their proposals. The Small Business subcontracting goal for this procurement is 45% of the total subcontracting dollar value. Of that 45%, 20% should be placed with Small Disadvantaged Businesses, 10% with Women Owned Small B usinesses, 3% with HUB Zone Businesses, 3% with Veteran Owned Small Businesses and 3% with Disabled Veteran Owned Small Businesses. Work will require contractor to provide consultant services and personnel with A-76 expertise to assist with completion of the elements of a standard A-76 competition including Preliminary Planning, Market Research, Data Collection and Analysis, Development of the Performance Work Statement (PWS) and Price Schedules, Development of the Quality Assurance Surveillance Plan (QASP ) including metrics and standards needed for the competition. Additionally, the contractor will be required to support the Agency Tender Official (ATO), who will be preparing a proposal for the Most Efficient Organization (MEO). As part of the ATO proposa l, areas will include MEO Training Workshop and assistance with completion of a Concept Plan, MEO Plan, Quality Control Plan (QCP), Development of the Agency Cost Estimate (ACE), and Preparation of the Agency Tender. Contractor may also be required to sup port the HQ U.S. Army Corps of Engineers (USACE) Strategic Sourcing Program Office (SSPO) in preparation of Benefits Analysis (as required by FAR Part 7.107(e)), participate as an advisor to the Source Selection Evaluation Boards (SSEB), and other function s which may be assigned by the SSPO. Firewall restrictions will be strictly adhered to. Any firm, which is awarded a delivery order for the Preliminary Planning and PWS portion of a particular competition, will not be awarded a delivery order for the MEO portion of the same competition due to the restrictions on the firewalls. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) thr ough any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged business contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation is the Internet only. This solicitation will not be issued in paper. Contractors requests for this solicitation will be performed through ASFI. Contractors may regi ster to be placed on the Bidders/Offerors mailing lists by going to the website: https://ebs.nab.usace.army.mil Issuance on or about 19 April 2005, proposals due on or about 19 May 2005.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21201
- Country: US
- Zip Code: 21201
- Record
- SN00781443-W 20050406/050404212019 (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 |