Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2013 FBO #4348
SOURCES SOUGHT

R -- Financial, Administrative, Logistical, and Technical Expertise for Operation and Management Integration of the Environmental Laboratory

Notice Date
10/18/2013
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF32900520
 
Response Due
11/1/2013
 
Archive Date
12/17/2013
 
Point of Contact
Amanda Andrews, 601-634-5249
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(amanda.andrews@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a REQUEST FOR INFORMATION - SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The type of solicitation issued in the future will depend upon the responses to this sources sought synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of Small Business community to compete and perform a Service Contract. The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is issuing this request for information (RFI) announcement as part of a market survey for Financial, Administrative, Logistical, and Technical Expertise for Operation and Management Integration of the Environmental Laboratory. This Performance Work Statement (PWS) describes services required by the Environmental Laboratory, US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi. The Environmental Laboratory (EL) is recognized worldwide as the problem solver in environmental science and engineering research for US Army, the Department of Defense, and the Nation. R&D activities address a multitude of environmental issues to support civil works, water resources, military installations, and the warfighter. Research activities include ecosystem restoration, ecological resources, and contaminant management, risk and decision science, environmental sensing, ecological modeling and forecasting, environmental security, and environmentally sustainable material. The EL maintains core competencies in biological, ecological, and physical sciences and diverse engineering fields for state-of-the-art environmental assessment, evaluation, and engineering capabilities. The EL business lines include both civil and military programs, direct and reimbursable projects. EL provides expertise on virtually every aspect of Corps of Engineers planning, regulatory, or maintenance projects. The EL also addresses environmental mandates affecting defense installations. The EL R&D focuses on emerging technology and innovative solutions for environmental challenges. To sustain EL's R&D mission in Vicksburg, MS and remote sites, it is essential that the laboratory maintain an efficient infrastructure for financial budgeting and execution, business office functions, information technology, and human capital initiatives. To accomplish this goal, a contractual vehicle for a broad range of financial, technical, and logistical tasks that contribute to the business operations and the day-to-day functioning of the laboratory is required. The Contractor shall provide financial, administrative, logistical, and technical expertise necessary for the operation and management integration of the EL research and development. This contract will consist of a five year ordering period. The Contractor shall perform tasks as specified on Task Order Performance Work Statements (PWS) that contribute to the day-to-day functioning and business operations of the EL both at the Vicksburg, MS and remote sites as applicable; CORs will be appointed to oversee tasks at all locations. Training may be required for access and use of government network systems, technology advances in computer hardware and software, and databases. Travel to training courses may also be required. Security Clearance: The Contractor may be asked to possess and maintain a Department of Defense (DOD) Classified Security Clearance. Contractor personnel must be a U.S. citizen and capable of obtaining and maintaining appropriate security clearances up to the SECRET level. If a SECRET level security clearance is required for a Task Order, it will be specified on the Task Order. Contractor must provide their classified CAGE code. The contractor shall perform financial, administrative, logistical, and technical tasks to advance the EL R&D mission. The contractor shall be capable of performing and understanding all tasks as defined in a Task Order PWS. Example tasks include, but are not limited to: track work unit and project funding for R&D projects, monitor expenditure and obligation rates to meet business unit goals, maintain network servers and Information Technology infrastructure, repair and install hardware and software to maintain network compatibility, design and maintain websites, technical writing, technical reviews of technology transfer tools, track, prepare, and process training requests, process travel orders and vouchers, record time keeping, inventory and maintain Government property lists, maintain copiers, coordinate and schedule conference rooms, and implement Human Capital Initiatives. A list of training courses that may be required for persons performing financial, administrative, logistical, and technical tasks including: ARIMS: Army Records Information Management System, travel processes, correspondence and dictation, payroll processing, user information of USACE databases, processing property, BUTRAN: Budget training, PPBE: Planning, Programming, Budgeting, and Execution training, computer software and hardware training, computer environment training, computer network training, training for multiple operating systems, continuing education for computer security certifications, training related to the handling and transportation of hazardous material, first aid and CPR training. Travel may be required within the Continental United States. This will be identified on an as needed basis at the Task Order level. The contractor will be reimbursed for travel in accordance with FAR 31.205-46. Place of performance will be specified at the Task Order level. Contract should begin upon contract award for a period of (5) five years. Specific deliverables will be outlined in each Task Order issued. A typical deliverable may include, but not be limited to, progress reports, spreadsheets, help tickets, written and edited reports, operational websites and networks, programming and source codes, database updates and reports. Deliverables will typically fall within the listing above and be specifically detailed in individual Task Orders. The Contractor shall perform work as specified by the Task Orders. Each Task Order will include, as a minimum, a PWS for the work to be performed, any travel, other direct costs, and deliverables as appropriate. North American Industrial Classification System (NAICS) Code applicable to this sources sought is 541611, Administrative Management and General Management Consulting Services. The Small Business Size Standard for this sources sought is $14.0 million. Interested organizations having access to demonstrated research and capabilities in this area are invited to submit literature, which describes the general approach, previous related work, and a White Paper per the submission instructions below. After review of the white paper submissions, the Government may contact select respondents to further clarify the candidate materials. If you have an interest in participating in this type of contract, please provide the following information: 1. Cage code or DUNS number 2. Company information: (small business) Please indicate contact information and email address. 3. Capability Statement: Please include a capability statement not to exceed ten pages. Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.fbo.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed below. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement no later than 1 November, 2013 at 1:00 pm CST to: E-mail amanda.andrews@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF32900520/listing.html)
 
Place of Performance
Address: USACE EL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN03218881-W 20131020/131018234209-9f6600c3513193c2302ace64de2308ba (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.