SOLICITATION NOTICE
R -- Project Management/P2/Project ControlsCorps of Engineers, Kansas City DistrictKansas City, MO
- Notice Date
- 5/5/2008
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ08R9006
- Response Due
- 6/20/2008
- Point of Contact
- LaVonne D Lee, 816-389-3014
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation will be issued as a Request for Proposals (RFP) which will result in the award a 5 year Indefinite Delivery Contract to procure Long-Term Project Management Support for Implementation and Maintenance Support of Programs and Project Management Information System (P2) and General Project Management Services, including PM/P2 training, support, and process development within the United States Army Corps of Engineers (USACE). This requirement will consist of maintaining and refining project information for those projects already implemented in the P2 system as well as implementing all new projects as needed by the District. The Contractor will assist in the development and implementation of product-driven project schedules for new projects (Civil, Military, Hazardous Toxic Radioactive Waste (HTRW), International and Interagency Services (IIS) and establish these projects in Oracle Projects/Primavera utilizing standard or modified project templates based on Approved District Business Processes and/or USACE-WBS methodology. The selected contractor shall operate as an independent contractor and not as an agent of the Government, shall provide experienced personnel to perform specific program and project management support services on a long-term commitment basis to support USACE Program and Project Management Division (Civil, Military, HTRW Branches, Real Estate, and Operations Division) at specific Corps District Offices. The solicitation will be available on 20 May 08, and Proposals will be due on 20 Jun 08 at 3:00 pm central standard time. LATE PROPOSALS WILL NOT BE EVALUATED. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15.101-1 Full Trade Off. The solicitation will include a detailed list of Evaluation Factors, including any Subfactors or Elements, and will provide instructions for proposal requirements and the Basis for Award. Any changes to Evaluation Factors will be issued by amendment. Factors include but are not limited to: Staffing Plan/Experience, Technical Approach, and Past Performance. Price is least important but will be evaluated for price reasonableness. Technical factors are significantly more important than price. The North American Industry Classification System (NAICS) Code for this project is 541611, SBA size standard, with a size standard of $6.5 MIL. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. THE SOLICITATION WILL BE A TOTAL SMALL BUSINESS SET ASIDED. Therefore, this project is open to Small Business only. Proposals from all responsible and responsive sources will be considered by the agency if received before the close of the solicitation. HOW TO OBTAIN A COPY OF THE SOLICITATION. Solicitations will be posted in FedBizOpps and Army Single Face to Industry. All vendors are required to register in Central Contractor Registration (www.ccr.gov) and FedBizOpps (www.FBO.gov) in order to view or download solicitations. The Federal initiative called Online Representations and Certifications Application (ORCA) is applicable to this requirement. ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations. Offerors must register representations and certifications at - http://orca.bpn.gov. In accordance with FAR Part 22 vendors are required to be VETS 100 compliant. Vendors can do so by registering at http://vets.dol.gov/vets100. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document at the referenced website. Firms must also via the Internet at the above site in order to receive notification via email of any amendments to the solicitation or general announcements. For additional contracting opportunities, visit the Army Single Face to Industry at - - - http://acquisition.army.mil. The solicitation will be available for download on, 20 May 2008. POINTS-OF-CONTACT. The point-of-contact for all questions is LaVonne Lee, 816-389-3014, lavonne.d.lee@usace.army.mil. End of synopsis.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d82f5acb8d638ecac78b6b6a2c67ecd2&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN01566666-W 20080507/080505215443-d82f5acb8d638ecac78b6b6a2c67ecd2 (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 |