Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2010 FBO #3246
MODIFICATION

R -- Sources Sought Synopsis - Draft Performance Work Statement

Notice Date
10/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Office of HQ PS (HQ)U.S. Department of EnergyOffice of Headquarters ProcurementMA-641000 Independence Ave., S.W.WashingtonDC20585
 
ZIP Code
20585
 
Solicitation Number
DE-SOL-0002440
 
Response Due
11/8/2010
 
Archive Date
12/8/2010
 
Point of Contact
Lawrence Butler, Phone: 202-287-1681
 
E-Mail Address
lawrence.butler@hq.doe.gov
(lawrence.butler@hq.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS SUBJECT: Technical, Business, Records Management, Information Technology, and Property Management Support Services to the Department of Energy Office of Legacy Management SYNOPSIS: This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. The Department is NOT requesting a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industrial Classification System (NAICS) code is 562910 - Environmental Remediation Services and the applicable size standard is 500 employees. The DOE Office of Legacy Management's (LM) primary mission is to manage the DOE's post-closure responsibilities and to ensure the future protection of human health and the environment. The DOE is issuing this synopsis to identify firms having an interest in providing support services to the DOE Office of LM to include: Technical Support; Business Support; Records Management Support; Information Technology Support; and Property Management Support. Specifically, this requirement is to provide (1) integrated support to the entire LM professional workforce that is dispersed at various physical locations where the work is being conducted, including environmental, beneficial reuse of property, policy, planning, budget and integration, administration and records and information managers and staff; (2) utilize both on-site and off-site contractor personnel to effectively accomplish the work in an integrated smooth and seamless manner over the breadth of LM locations; (3) conduct complex tasks that support multiple organizational goals and service areas. Since the LM federal staff is not co-located at a single site, these tasks are anticipated to require a great deal of integration and synthesis of information and work flow; (4) consist of predictable, longer-term tasks (under core work) with generally defined end objectives, but composed of smaller serial subtasks (with more defined objectives) that complement federal performance objectives such as the Government Performance and Results Act of 1993, and the Office of Management and Budget (OMB) requirements; (5) provide for shorter-term tasks (under variable work) requiring unique and/or specialized resources and facilities to address specific LM program and project issues. THERE IS NO SOLICITATION AT THIS TIME. Interested sources shall submit a tailored capability statement that demonstrates the expertise, personnel, protocols, systems, and technology to meet requirements of the draft SOW. Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft SOW. Prospective firms are requested to submit a capability statement that (1) identifies the prospective contractor (business name, business size (large, small, 8(a), etc.), point of contract (including email address), telephone number, and identify the nature of the proposing entity (e.g., joint venture, limited liability corporation, etc.); (2) describes the prospective contractor's capabilities, relevant experience and corporate resources to perform a contract of the size and complexity of which is the subject of this requirement; (3) includes potential teaming partners or potential subcontractors and information delineated in item 2 relative to the prospective partner/subcontractor experience and capabilities; and (4) may include comments on the draft Performance Work Statement (PWS). Interested firms are requested to submit a capability statement, limited to no more than 20 pages, no later than November 8, 2010 at 8:00 P.M. EST. The responding party must possess a facility security clearance and comply with the DOE Foreign Ownership, Control, or Influence (FOCI) program. This request for capability statement does not constitute a request for proposals. Submission of any information in response to the market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. A solicitation is tentatively scheduled to be issued in the 2nd quarter of CY 2011. This is intended to be a competitive acquisition under NAICS Code 562910, Remediation Services, with a size standard of 500 employees. A determination on Small Business set-aside is pending. This synopsis neither constitutes a Request for Proposal or Bid, nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose. In order for DOE to receive a response through the Strategic Integrated Procurement Enterprise System (STRIPES), all current and potential acquisition and financial assistance firms must be registered at the Compusearch FedConnect portal, which is located at https://www.fedconnect.net. To get more information about FedConnect and to register your company, within your Internet browser, go to https://www.fedconnect.net. To view the synopsis and draft PWS, click on "Search Public Opportunities" and search for the synopsis by using Number DE-SOL-0002440. Instructions on how to submit your firm's response electronically can be found in the help document, which is located under the "Have questions" link on the FedConnect page. If there are any technical difficulties with using FedConnect, please contact the FedConnect help desk at 1-800-899-6665. All questions or suggestions regarding the draft PWS shall be submitted through FedConnect. Please note that telephone or email inquiries regarding this notice will not receive responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0002440/listing.html)
 
Record
SN02309563-W 20101014/101012233952-a448438dc5dedf7cdedccfa4940c74e9 (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.