SOURCES SOUGHT
99 -- This is a Sources Sought notice to obtain information on qualified and experienced contractors interested in providing non-personal services for Strategic Planner Support for MCoE, Fort Benning, GA 31905.
- Notice Date
- 1/22/2013
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- MICC - Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
- ZIP Code
- 31905-5000
- Solicitation Number
- W911SF-PLANNER
- Response Due
- 1/30/2013
- Archive Date
- 3/23/2013
- Point of Contact
- EDSON HARRINGTON, 706-545-0350
- E-Mail Address
-
MICC - Fort Benning
(edson.harringtonjr@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Strategic / Sustainability Planning Support Fort Benning, Georgia Strategic Planner 1.0 BACKGROUND. Fort Benning is a major gaining installation as a result of 2005 Base Realignment and Closure (BRAC). As such, the resources to sustain the mission and the environment must be managed using sustainability planning procedures and integration with local and regional planning. The installation has conducted goal setting workshops and planning sessions to help move toward an even more sustainable and vibrant installation. To help meet the installation's sustainability goals, BRAC growth challenges, energy goal requirements and environmental compliance requirements, Fort Benning has identified the need for strategic / sustainability planning support. Fort Benning requires on-site contract support to maintain compliance with the Army's Sustainability Program and Army regulations to help ensure sustainable stewardship of the Installation's natural resources, and execute the BRAC actions effectively. 2.0 OBJECTIVE. The objective of this work will primarily consist of providing support to the Fort Benning Garrison Commander's Office and the Plans, Analysis and Integration Office for a sustainable Fort Benning community. 3.0 REQUIREMENTS. The contractor, as an independent contractor and not as an agent of the government, shall provide support to Fort Benning, Georgia. Specific tasks are listed below: 3.1 TASKS: Task 1: Strategic / Sustainability Plan Update. Update and maintain the draft 5-year US Army Garrison Fort Benning Strategic / Sustainability Plan. Work with the installation leadership, staff elements and community leaders to develop and support the various implementation plans in support of the long-term installation goals. Incorporate the Installation Management Campaign Plan (IMCP) and MCoE Campaign Plan into all goals. Additionally, support the Installation Sustainability Strategic Planning (ISSP) meeting hosted by the Garrison Commander and Chief of Staff on a quarterly basis. Task 2: Coordination. Participate in installation and community sustainability workshops and videoconferences. Participate in community sustainability efforts and initiatives. Summarize results for presentation to command and leadership. Task 3: Advising/Consulting. Provide analytical support to the Environmental Management Division and Installation Master Planner to identify and evaluate green development approaches in support of installation construction activities. Stay abreast of sustainability initiatives, LEED/SPiRiT, and provide expertise as needed on sustainability concepts, approaches and topics. Work with DPW sustainable design specialists and Army Corps of Engineers Fort Benning Project Office to help ensure Army sustainability design goals and Installation Sustainability Plan facilities and infrastructure goals are met. Task 4: Fort Benning Energy Test Lab. Work with varying Federal Agencies to develop the Fort Benning's Energy Test Lab implementation plan. Provide expertise and support to the installation's leadership and staff elements during the establishment of the test lab. Work with IMCOM HQ's Sustainability team to establish / maintain the sustainable showcase at Fort Benning and IMCOM HQ. Task 5: Monthly Reports (Contracts Data Requirement List, CDRL's). The contractor shall complete one (1) monthly report called the Monthly Progress Report. This report summarizes the actions & tasks completed and it identifies the actions & tasks on which the contractor will focus during the next month. 4.0 TRAVEL/OTHER DIRECT COSTS (ODCs). The contractor conducting the tasks outlined in this scope of work is expected to work on-site at Ft. Benning throughout the performance period. The contractor may be required to travel off-site to attend meetings, workshops, and coordinate actions in support of this delivery order. Include travel/ODCs within each applicable task. Travel/ODCs shall be reimbursable not to exceed $3,000.00 including contractor's handling fees. All travel must be conducted in accordance with the Joint Travel Regulation and pre-approved by the Government COR. Contractor is authorized Government Contract Rate (GCR) when traveling for work related to contract tasks. 5.0 PROGRESS REPORTS/INVOICES. The contractor shall submit monthly Contracting Officer's Representative (COR) certified progress reports and invoices to the Plans, Analysis & Integration Office, Fort Benning. The monthly reports shall contain an accurate, up-to-date account of all work completed during each month, and shall normally be no longer than two typed pages in length. 6.0 STAFFING. The contractor shall perform work as Fort Benning's Sustainability Planner. This job requires a skilled, specialized and highly qualified personnel/team. Team Members' must have experience in the following: 6.1 EXPERIENCE REQUIREMENTS (ER): ER #1: Communication: Conducting / formatting communications between Army Installations and institutions of higher learning in dealing with sustainability. Experience with planning / conducting sessions between institutions and senior installation representatives to discuss sustainability initiatives and Fort Benning's Strategic Sustainability Plan. ER #2: Familiarization: Broad knowledge concerning installation garrison operations, environmental goals, installation mission, and IMCOM Campaign Plan, and IMCOM policies/procedures. Knowledge on the use of the Army's Geospatial Information System (GIS) within the garrison at the installation level. ER #3: Certifications/Education/Training: Extensive knowledge of Environmental Management System (EMS) and its application to a large complex military installation. ISO 14000/9000 compliant - certification is desirable. ER #4: Experience: Minimum of 3 years experience in dealing with IMCOM HQ, IMCOM Region, Installation Garrison Command operations, and installation environmental operations to inculcate sustainability initiatives into daily operations and planning efforts. 7.0 GOVERNMENT FURNISHED PROPERTY AND EQUIPMENT. Ft. Benning will provide office space, electrical power, telephone service, reproduction, fax equipment, computers, software, and general field equipment including safety equipment (personal protection equipment) to conduct tasks. Any property provided to the contractor will remain the property of the Government. 8.0 CONTRACTOR FURNISHED PROPERTY AND EQUIPMENT. As part of the contractor's overhead, the contractor shall provide any additional reasonable property and equipment necessary to complete the tasks within the Government office. This property will remain the property of the Contractor. 9.0 CONTRACTOR IDENTIFICATION. Common Access Card (CAC). Reference SecArmy memorandum dated 28 Jun 06, Subject: Contractor Verification System (CVS) Implementation guidance and instructions for the implementation of the CVS Army-wide. IAW with this guidance, the authorizing official (Contracting Officer Representative (COR)), Contracting Officer Technical Representative (COTR), the designated Contracting Officer assigned to the installation contracting office, the installation's designated representative, or other approving officials), shall approve issuance of the CAC through the automated CVS system. The contractor's CVS application should cite the contract and task order numbers identified on the DD Form 1155. 10.0 SECURITY: The contractor shall conform to all applicable Government, DoD, Army, MACOM, and Installation rules and regulations concerning security in effect at any time for the duration of this contract. In particular, the contractor shall meet AR 380-19 and Installation ADP Level III requirements in order to gain access to government-owned equipment including the installation network. 11.0 CONTRACTOR MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for the performance of the contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) contractor name, address, phone number, e-mail address, identify of contractor employee entering data; (5) Actual direct labor hours (including subcontractors); (6) Actual direct labor dollars paid this reporting period (including subcontractors); (7) Total payment (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by the contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by October 31 of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML transfer may be downloaded from the web site. 12.0 Wide Area Work Flow (WAWF). The contractor shall submit monthly invoices in accordance with the WAWF procedures. To use the WAWF, contractors must enroll at the WAWF site and verify their computers system compatibility. Vendor/contractor registration information at https://wawf.eb.mil/xhtml/unauth/web/homepage/VendorGettingStartedHelp.xhtml; user training is at https://wawftraining.eb.mil. Customer support center: 1-800-605-7095; toll free (CONUS Only) 1-866-618-5988; Fax: (801) 605-7453, email: cscassig@csd.disa.mil. The invoices shall include hours and rates incurred by individual skills and a summary page of all skills to ensure prompt payment. Invoices shall also include travel, other direct costs, training or additional costs incurred and previously approved by COR. A contactor employee with authority to bind the company contractually shall certify all invoices. 13.0 PERIOD OF PERFORMANCE: To be determined.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/530d7b143b5c1576cc86792999aed2c2)
- Place of Performance
- Address: MICC - Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA
- Zip Code: 31905-5000
- Zip Code: 31905-5000
- Record
- SN02970028-W 20130124/130122234356-530d7b143b5c1576cc86792999aed2c2 (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 |