SOLICITATION NOTICE
R -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Professional Services for various Military programs and Regional Support Commands within the United States and Puerto Rico
- Notice Date
- 9/17/2010
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-10-R-0085
- Response Due
- 11/3/2010
- Archive Date
- 1/2/2011
- Point of Contact
- Janet S Crum, 502-315-6185
- E-Mail Address
-
USACE District, Louisville
(janet.s.crum@lrl02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Indefinite Delivery Indefinite Quantity Contract (IDIQ) for Professional Services for Program Management Support, Master Planning, Real Estate Planning, Project Management Support, Program Management Support Assistance, Environmental Management Support, Modular Design Support, Building Information Management Support, Quality Assurance, Facility Planning, Construction Planning, Database Management Support and Support for the Assistant Chief of Staff of Installation Management, Army Reserve Division in their work on various Military programs and Regional Support Commands within the United States and Puerto Rico. Contract capacity may be utilized to serve customers of the Great Lakes and Ohio River Division upon agreement of the Assistant Chief of Staff of Installation Management, Army Reserve Division and the selected contractor(s). Services will include performance of work in the following areas: Master Planning for Real Property Management; Master Planning for Army Reserve Project Development; Analyze Engineering and Base Operations functions; Project Management Support; Preparation of real estate profiles; Environmental Impact Analysis (NEPA documentation), threatened and endangered species surveys; cultural resources analysis; and coordination of required environmental restorations services (hazardous toxic and radiological waste); Capable of operating in a CADD/BIM environment using MicroStation; Capable of operating and evaluating construction cost estimating using the Parametric Cost Estimating System (PACES); Capable of learning additional design and cost estimating software; Test prototypes and beta versions of Army Reserve test plans; IT support for data management; Condition analysis evaluations of existing Army Reserve Centers; Quality Assurance of construction activity; Review contract drawings and specifications; Construction Planning support; Capable of preparing construction cost estimates. The NAICS code for this procurement is 561210. The Size Standard is $35.5M. Up to four separate contracts will be awarded as a result of this solicitation. Individual task orders (normally in the range of $100,000 to 250,000 annually) will be issued against the contracts. Expected duration of the majority of the task orders will be 12 months with up to two options of the same duration. The total accumulation for all contracts is $9,900,000. Contract period ends five years from date of award if both options are exercised. Proposals will be evaluated using a Best Value determination and award will be a negotiated firm fixed price. Interested firms must submit a proposal which adequately addresses the following evaluation criteria listed in order of importance: 1) Past Experience. This factor should demonstrate extent of past experience with the identified customer/organization and work similar in nature to that specified above; 2) Past Performance. Provide references for all experience identified in Factor 1. Reference information should include project name, point of contact, their current telephone number and email address. Also include any ratings, letters of appreciation, awards, etc. for relevant experience. 3) Quality management system: (a) Approach to Customer Support, (b) Approach to Seeking Candidates to fulfill tasks, (c) Work Plan. This factor should reflect the organization's approach toward managing the task order to include organization structure, quality control aspects, and customer service; 4) Sample Task Order (Price). This factor should reflect a firm fixed price for the various disciplines shown in Section B of the solicitation. Allowances such as travel, Other Direct Costs such as personal computing resources and/or discounts offered will be negotiated with each individual task order. All evaluation factors, other than price, when combined are equal to price. No other information including pamphlets or booklets is requested or required. This announcement is Set Aside for Small Business. To be eligible for award, a firm must be registered in the Central Contractor Registration (CCR) database via the CCR internet site at: http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. All responses to this announcement must be received no later than 2:00 p.m. local time on 10 November 2010. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation package will be available o/a 4 October 2010. Downloading of the project documents requires registration at the FedBizOpps (FBO) website at http://www.fob.gov. This announcement serves as the advance notice for this project. Amendments will be made available from the FedBizOpps website by download only. Point of contact is Janet Crum at (502) 315-1685 or janet.s.crum@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0085/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02286754-W 20100919/100917235551-cd30e9dcb1eb9fdb5280f3fadf39f1c7 (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 |