Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2011 FBO #3393
SOURCES SOUGHT

R -- Reengineering of the ongoing changes to the Navy's Housing Referral and Furnishings Programs.

Notice Date
3/8/2011
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247011R7013
 
Response Due
3/18/2011
 
Archive Date
4/2/2011
 
Point of Contact
Ms. Maureen Hoesly
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVALIABLE AT THIS TIME. This is a market research tool to determine whether to set-aside an acquisition for services for Small Business (SB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business or 8(a) concerns only. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command, Atlantic (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Governments best interest. Any potential acquisition would be a single Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for the reengineering of the ongoing changes to the Navy ™s Housing Referral and Furnishings Programs. The contractor will conduct research in order to assist in the development and implementation of a reengineered Housing Referral Services Program. The research will include but is not limited to site visits, review of current directives and review of best business practices in the Housing Referral/relocation industry and other similar efforts in order to draft proposed policies and implementation procedures for the Navy Referral and Furnishings Programs. The proposed policies and procedures will need to take into account the process used by the Navy for transfer of personnel to new duty stations. The contractor will support the execution of the necessary project management and technical support actions to tie together the associated technology, policy, marketing, staffing, training, accreditation and implementation actions which are inter-related parts of a new reengineered approach to Navy Housing Referral and to the overall housing program. Services include, but are not limited to, developing quarterly program reviews and status reports, facilitate working group meetings and support all conference calls, support development of and tracking of an implementation strategy and reporting procedures to communicate project implementation progress, assist with the development of Navy Housing Referral Program, including PPV referral, cost savings programs, web improvements, policy changes, desk guides, training, marketing programs/initiatives, surveys and analyses, etc. The contractor will also be required to conduct site visits to obtain information as necessary and conduct on-site deployment training of new process and procedures for Installation Housing staffs. This technical expertise and support by the contractor is considered to be mission essential. A portion of the contract requires the contractor to coordinate with the Navy to plan, develop, and implement the Navy ™s requirements for the weeklong Professional Housing Management Association, Professional Development Seminar (PHMA PDS) to include Navy Service Day and the Navy Housing Awards ceremony. Places of performance include: Commander, Naval Installations Command (CNIC) Headquarters, CNIC Regions, CNIC Installations (worldwide), CNIC Base Commands (worldwide), and the contractor ™s workplace. The NAICS code for this proposed procurement is 541611 (size standard is $7,000,000.00). If a solicitation is issued, the solicitation will consist of a base year and two (2) one-year options totaling three (3) years of performance. The anticipated aggregate total of work to be issued over the life of the contract term (base year plus two one-year options) shall not exceed $2,200,000.00. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy ™s decision to set-aside this acquisition. Interested firms must submit a SOC, which describes, in detail, the firm ™s capability of providing contractor services. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, email addresses, telephone and fax numbers); (4) copy of small business certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business status; (5) indicate if the firm is registered in the Department of Defense (DoD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (6) demonstrate experience in coordinating and preparing for a large conference (500 “ 1,000 attendees) including coordinating room/equipment requirements and planning/executing award presentation meeting; (7) provide information on recent past projects (no more than three projects and within the last three years) that demonstrates your ability to perform the requirements of this contract; (8) subcontract management: provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513)). Prime contractors must note that at least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the prime. Prime shall indicate whether it will perform and provide 50% or more of the work and personnel without relying on subcontractors. The Government reserves the right to request additional information as needed, from any and all respondents. The SOC must be complete and sufficiently detailed to allow for a determination of the firm ™s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, minimum of 12 point font and is limited to 15 single sided pages (including all attachments). Responses are due on Friday, March 18, 2011 at 2:30PM EST. The package shall be sent via email to maureen.hoesly@navy.mil AND amber.forehand@navy.mil. Packages must be submitted to both emails to ensure Government receipt. Submissions must be received no later than 2:30PM EST on 18 March 2011. DATA RECEIVED IN RESPONSE TO THIS NOTICE IS FOR INFORMATION PURPOSES ONLY. NO CONTRACTS OR AWARDS WILL BE ISSUED AS A DIRECT RESULT OF THIS NOTICE. QUESTIONS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011R7013/listing.html)
 
Record
SN02395887-W 20110310/110308234433-3dbf81704e61bf3179ba7a6f0bb113c1 (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.