Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

R -- Facilitator for Ohio Army National Guard Ravenna Team

Notice Date
7/3/2008
 
Notice Type
Presolicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-08-T-0033
 
Response Due
8/4/2008
 
Archive Date
10/3/2008
 
Point of Contact
Christi McCoy, (502)315-6196
 
Small Business Set-Aside
Total Small Business
 
Description
Follow-up facilitation of partnering between the U.S. Army, the Ohio EPA, and the Ohio Army National Guard Ravenna Team (hereafter referred to as team). Follow-up facilitation provides for the greater likelihood of teamwork which results in reduced conflict, increased productivity, and more enjoyable work. This particular team has participated in several previous partnering sessions and identified key agreements and plans critical to their mutual success. Follow-up facilitation is intended to help the team move forward with these agreements and plans as well as to define and move forward on future agreements and plans. The team at this time includes approximately 15 personnel. The team may be expanded, especially during Off-Site partnering workshops, but also possibly during conference calls, to include approximately 10 to 15 additional persons such as contractor personnel and/or senior-level management from the Ohio Army National Guard Columbus Office or the National Guard Bureau. A subset of the team consisting of approximately five to six leaders from all of the organizations will participate in a monthly teleconference as described below to discuss issues with the facilitator. This smaller group is referred to as the tiger team. Options include the following: Option 1 Second Off-Site Partnering Workshop (Base Year). Option Year One Monthly Follow-Up Conference Calls and Off-Site Partnering Workshop. Option 2 Second Off-Site Partnering Workshop (Option Year One). Option Year Two Monthly Follow-Up Conference Calls and Off-Site Partnering Workshop. Option 3 Second Off-Site Partnering Workshop (Option Year Two). Option Year Three Monthly Follow-Up Conference Calls and Off-Site Partnering Workshop. Option 4 Second Off-Site Partnering Workshop (Option Year Three). Option Year Four Monthly Follow-Up Conference Calls and Off-Site Partnering Workshop. Option 5 Second Off-Site Partnering Workshop (Option Year Four). The estimated cost range is between $200,000.00 and $300,000.00. THIS PROJECT IS SMALL BUSINESS SET-ASIDE. The NAICS code is 541618. The size standard is $6.5 million. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) via the CCR internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Lack of accurate registration in the CCR database will make an offeror ineligible for award. The award of this contract will be based on best value to the government. The Technical Criteria are as follows: 1. The contractor must have a bachelors or higher degree in one of the following areas; environmental engineering, civil engineering, chemical engineering, environmental management, environmental science, geology, biology, or chemistry. 2. Have at least three (3) years of technical experience working within environmental project teams. Experience with Army and/or Ammunition Plants is considered favorably. Provide independent references to support the past technical experience listed. 3. The contractor must demonstrate past performance with a minimum of five (5) years of environmental team facilitating experience. Experience with the Ohio EPA is considered favorably. Provide independent references to support the past experience listed. 4. The contractor must demonstrate past performance with environmental presentations to public audiences. Provide independent references to support the past public meetings listed. 5. The contractor must submit a resume describing educational background, awards, certifications and work experience. Work experience must include a point of contact, telephone number and references for each project. The resume must not exceed a total of 10 pages. The approximate issue date is 21 July 2008 and the approximate due date is 4 August 2008 by 12:00 Noon Louisville Local Time. This announcement serves as the advance notice for this project. Documents will be available on the web only. Downloads are available only through the Federal Business Opportunities (FedBizOpps) website at www.fbo.gov. Any amendments will be available from the FedBizOpps website by download only. Email ALL questions to Janet Crum at Janet.S.Crum@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f69841fdbf27255df7d0c2eebbf23ded&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN01607562-W 20080705/080703220714-f69841fdbf27255df7d0c2eebbf23ded (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.