Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
SOLICITATION NOTICE

R -- Indefinite Delivery Fixed Price Service Contract for A76 Consultant Services

Notice Date
12/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-06-R-0015
 
Response Due
2/9/2006
 
Archive Date
4/10/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This announcement replaces the prior announcement under W912DR-05-R-0031. Firms who registered under W912DR-05-R-0031 will need to re-register under W912DR-06-R-0015. The request for proposal is set-aside for Service Disabled Veteran Owned Small Bu siness (SDVOSB) with a NAICS code of 541611 ($6,000,000 in annual average receipts over 3 years). The request for proposal will be evaluated based on Best Value for award of the project. The project is being advertised as a Request for Proposal (RFP) wher e the submittal of technical/management proposals and price proposals are required. Evaluation factors will include Management Approach (sub factors of Staffing Plan and Resource Management Plan), Technical Approach, Past Performance and Experience, and Pr ice. All responsible sources may submit a proposal, which will be considered by the agency. This solicitation will support the U.S. Army Corps of Engineers (USACE) Competitive Sourcing Program as well as other Department of Defense agencies. Competitiv e proposals will be evaluated based on the evaluation criteria provided in the solicitation. The Government's 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 yea rs. The IDIQ contract if awarded will have a total capacity of $5,000,000 over a five year performance period with an estimated maximum for delivery orders of $1,000,000 each. The Government intends to award two or more contracts. Work will require contra ctor 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, Acquisition Support (to include Bundling Analysis, Acquisition Planning, Solicita tion Support, and SSEB Training), Development of the Performance Work Statement (PWS) and Development of the Quality Assurance Surveillance Plan (QASP) including metrics and standards needed for the competition. Additionally, the contractor will be require d to support the Agency Tender Official (ATO), who will be preparing a proposal for the Most Efficient Organization (MEO). As part of the ATO proposal, areas will include MEO Training Workshop and assistance with completion of a Concept Plan, MEO Plan, Qu ality Control Plan (QCP), Development of the Agency Cost Estimate (ACE), and Preparation of the Agency Tender. In addition to providing support to the ATO for preparing proposals for the MEO, contractors may be required to provide support to the Governmen t in developing High Performing Organizations (HPO). Contractor may also be required to support 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)), pa rticipate as an advisor to the Source Selection Evaluation Boards (SSEB), and other functions 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 b e 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) through 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 b e obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. 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.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Room 7000 Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00947583-W 20051209/051207212412 (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.