Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2006 FBO #1510
MODIFICATION

R -- Program/Project Management and Related Services

Notice Date
1/12/2006
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
GS07P06HHD0012
 
Response Due
2/27/2006
 
Archive Date
3/14/2006
 
Point of Contact
Carolyn Smith, Contracting Officer, Phone (817) 978-7483, Fax (817) 978-2577, - Carolyn Smith, Contracting Officer, Phone (817) 978-7483, Fax (817) 978-2577,
 
E-Mail Address
carolyn.smith@gsa.gov, carolyn.smith@gsa.gov
 
Description
This modification to the previous pre-solicitation notice is being sent to clarify the area of performance for the resultant contract. The primary area of performance will be the Washington, DC metro area. The secondary area of performance will be the rest of the United States as well as all land, air and seaports, rail stations, ferry crossings, both nationally and internationally as well as any other area that US-VISIT determines to be mission related. Please do not contact the Department of Homeland Security regarding this solicitation. If you have any questions, please contact Michael D. Jackson, Contract Specialist at (817) 978-4664 or email michaeld.jackson@gsa.gov. This acquisition will result in a performance-based Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Program/Project Management services for the management of programs, activities and related services in support of the Department of Homeland Security?s US-VISIT Program. The US-VISIT Program is responsible for monitoring entry into and exit from the United States at every port ? land, sea, and air ? nationally and internationally. The area of performance for this contract will cover the same. The successful firm will be required to have or establish an office within the Washington, DC metro area within 45 days from the date of award. The solicitation is expected to be issued or about January 25, 2006, with offers due on or about February 27, 2006. A pre-proposal meeting will be held in the Washington, DC area on or about February 9, 2006 (actual date, time and place will be provided in the solicitation). The unique program/project management services requires the execution of the facilities portion of the various initiatives (increments required by DHS US-VISIT), including strategic planning, design, construction, and construction management oversight, and the execution and coordination of all required efforts. The services under this contract will not include actual design or construction work. The services may include planning and execution of services related to the needs of DHS US-VISIT program including, but not limited to: the management of other GSA/DHS contractors and contract services, pre-planning, programming, modeling, environmental related services, design review and management, procurement support, cost estimating, cost and price analysis, technical review and analysis, proposal analysis, project and program scope development, budget and schedule development and management, commissioning, post-construction services, development and maintenance of an electronic database and support including the provision of secure electronic bulletin boards or file transfer protocol (FTP) websites for GSA and DHS. Work associated with the task orders anticipated under the proposed Program/Project Management IDIQ contract will require the successful firm to have the capability of assigning such disciplines as program managers, project managers, planners, programmers, architects, engineers, inspectors, cost estimators, specifications writers, schedulers, administrative office support staff, testing technicians, environmental specialists, and historic preservationists, where and as needed for support of programs and projects, including possible on-site services at federally owned and operated buildings or facilities. Task orders issued against this contract may require the successful firm to locate personnel onsite at the DHS US-VISIT headquarters in Arlington, VA. The successful firm shall be responsible for providing the General Services Administration with sound management advice regarding each program or project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The selected firm must have a program/project management core team that is cohesive and efficient who will be assigned and dedicated to the contract, and they must possess vested authorities for the primary functions listed above. This contract will be for a base period of 1 year, with four 1-year options to be extended at the government?s discretion. The selected firm must be able to continuously handle multiple complex, high-profile projects of various sizes in multiple locations at any given time. The selected firm must have the capability to respond rapidly on an emergency as-needed basis. The Maximum Ordering Limitation will be $10 million for the base year and each of the four one-year periods. Award will be made to the firm offering the greatest value to the government using Source Selection Procedures under Federal Acquisition Regulations (FAR) Part 15. Technical capability and price will be considered, with technical capability being significantly more important than price. The Government may or may not hold discussions on technical proposals, therefore, the offeror?s initial proposal should contain the offeror?s best terms from a technical standpoint. Evaluation of Technical Factors will be accomplished by the Government?s critical analysis of each offeror?s proposal. The technical factors, in descending order of importance are: Experience and Past Performance, Qualifications of Key Personnel, Management Plan, and Sub-Contracting Plan (large business) and Small Disadvantaged Business Utilization Plans (other than large businesses). The Department of Homeland Security?s subcontracting goal of total subcontracted dollars (for large businesses) are as follows: Small Business Subcontracting goals 40%; Small Disadvantaged Business Subcontracting goals 5%; Woman Owned Small Business Subcontracting goals 5%; Historically Underutilized Business (HUB) Zone Subcontracting goals 3%; and Service ?Disabled Veteran-Owned Small Business Subcontracting goals 3%. The Small Business Utilization, Small Disadvantaged Business Utilization and Subcontracting Plan (for other than large businesses) should contain the following elements: 1) Small Business Utilization - the offeror must show how small businesses will be utilized for the planning and execution of a project; 2) Small Disadvantaged Business (SDB) ? the offeror must identify each SDB concern proposed and submit targets expressed in dollars and percentages representing each SDB concern?s participation of the total contract value; 3) the offeror is also required to submit a total target value of all SDB participation of the total contract value; 4) the offeror must address the complexity and variety of the work that SDBs are to perform; 5) the offeror must show past performance of offerors in complying with subcontracting plan goals for SDB concerns and monetary targets for SDB participation. The number of offerors included in the competitive range may be limited to the greatest number that will permit an efficient competition amount of most highly rated proposals. The Government is not limited to contacting only those references provided by the offeror(s). The Government may also consider the offeror?s performance on contracts not submitted by the offeror that the Government if aware of, or becomes aware of. Proposals shall be received at the following address by 3:00 p.m. CST on or about February 27, 2006: General Services Administration (7PMA), Attn: Michael Jackson, 819 Taylor St., Room 12B01, Fort Worth, TX 76102-6105. Faxed, facsimile, or emailed proposals WILL NOT be accepted or considered. Any documents related to this procurement will be available via the Internet only. No hard copies will be available. Contractors are responsible for downloading their own copy of all documents, including any amendments. These documents will be in a .pdf format on the following website: www.FedBizOpps.gov. It is the contractor?s responsibility to monitor this site for the release of any information or documents in the special notes, the solicitation and amendments, if any. All responsible sources will be considered.
 
Place of Performance
Address: Washington D.C.
Country: USA
 
Record
SN00965929-W 20060114/060112214015 (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.