Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2016 FBO #5308
SOURCES SOUGHT

R -- BRAC Program Management Services - BRAC PM PWS

Notice Date
6/3/2016
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-16-R-0089
 
Archive Date
6/28/2016
 
Point of Contact
Shantelle L. Mayfield, Phone: 2104662250, Christina M. Mokrane, Phone: 2104662275
 
E-Mail Address
shantelle.l.mayfield.civ@mail.mil, christina.m.mokrane.civ@mail.mil
(shantelle.l.mayfield.civ@mail.mil, christina.m.mokrane.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
BRAC PM current contract Performance Work Statement (PWS) Sources Sought Synopsis Solicitation Number: W9124J-16-R-0089 THIS IS A Sources Sought Notice ONLY. The United States Army Mission and Installation Contracting Command - Fort Sam Houston (MICC - FSH), Joint Base San Antonio, Texas, is contemplating the extension of an existing contract (reference contract number W91WAW-13-C-0009) on a non-competitive basis with Calibre Systems, Inc., located at 6354 Walker Lane, Suite 300, Alexandria, VA 22310. The contemplated extension is anticipated for a period of up to seven (7) months, beginning 01 August 2016 through 31 January 2017. The incumbent contractor provides advisory and assistance services, primarily in areas of Program Management, to the Office of the Assistant Secretary of the Army for Installations, Energy, and Environment and the Office of the Assistant Chief of Staff for Installation Management, Base Realignment and Closure (BRAC) Division. Program Management services include, but are not limited to: providing policy recommendations in all areas of BRAC (financial, BRAC 2005, Legacy BRAC, non-BRAC excess properties, advisement of environmental investigations, programmatic recommendations, coordination with other state, local, and federal agencies, such as Local Re-use Authorities), and professional services. The current contract is a non-personal services contract, for which the Government does not exercise any supervision or control over the contract service providers performing the services. The current contract expires 31 July 2016. To assist the U.S. Government in determining whether or not vendors are able to perform this requirement, all interested businesses (large and small) are encouraged to respond to this sources sought synopsis. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP), or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the U.S. Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry (FedBizOpps). It is the responsibility of industry to monitor FedBizOpps for additional information pertaining to this requirement. Interested sources should respond to the questions presented within this notice. The current contract is a combination business arrangement, comprised primarily of Firm Fixed Price and Cost Reimbursable Contract Line Item Numbers (CLINs). The current Performance Work Statement (PWS) is attached. The contemplated North American Industry Classification System (NAICS) code is 541618, Other Management Consulting Services, size standard $15.0M. SUBMITTAL INFORMATION: The Government will not review general capability statements. Ensure your submissions are tailored to this requirement and provide the information requested below. Submissions shall not exceed ten pages (including the cover page) and must be submitted in an Adobe Portable document Format (pdf) or Microsoft Word (doc or docx) format. In order to achieve a thorough understanding of your firm's capabilities, please provide a short but detailed explanation for each of the questions below. Cover Page. The cover page shall include the following information: Respondent Name: Mailing Address: Point of Contact (POC): POC Title: POC Phone: POC E-Mail: Data Universal Numbering System (DUNS) number: Contractor and Government Entity (CAGE) code: Certification of Active Registration in the System for Award Management at https://www.sam.gov/ Type of Business (Small or Large): The U.S. Government has identified risks (acquisition/business related (schedule, cost) and operational execution related (performance, technical)) associated with executing a competitive procurement which meets the regulatory requirements of the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), Army Federal Acquisition Regulation Supplement (AFARS), policy requirements of the Army Contracting Command (ACC) and the Mission & Installation Contracting Command (MICC) within less than two months. To assist the U.S. Government in mitigating these risks, industry is requested to provide a response to the following questions: 1. Describe your experience (in providing professional, advisory and assistance services for Army BRAC efforts) ability to perform all aspects of the PWS. 2. Describe your ability/plan to recruit, and staff to the PWS requirements no later than 31 July 2016 to ensure that full performance is met on 1 August 2016. 3. Describe your ability/plan to ensure a successful, seamless transition period beginning 1 July 2016, with full performance on 1 August 2016. Respondents are encouraged to review the information requested above carefully and ensure a complete, thorough response is submitted. Please note that respondents are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. Responses or inquiries about this sources sought notice shall be submitted electronically no later than 4:00 P.M. Central Standard Time, Monday, 13 June 2016 via e-mail and shall be clearly marked with Request for Proposal (RFP) number W9124J-16-R-0089, identified within this announcement and e-mailed to the following points of contact: Christina M. Mokrane, Contracting Officer at: christina.m.mokrane.civ@mail.mil, and Shantelle Mayfield, Contract Specialist at: shantelle.l.mayfield.civ@mail.mil. Note: If you believe that this action is unreasonably restricting competition contact the Mission and Installation Contracting Command (MICC) Special Advocate for Competition, Mr. Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419. Include the subject of the acquisition, this announcement, and the MICC point of contact information from the Sources Sought Synopsis. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/788aa031b1cab9e3480d765a35becd0d)
 
Place of Performance
Address: Services are for:, OACSIM, 600 ARMY PENTAGON, WASHINGTON DC 20310-06000, But will take place near:, Alexandria, Virginia, 22310, United States
Zip Code: 22310
 
Record
SN04137565-W 20160605/160603234135-788aa031b1cab9e3480d765a35becd0d (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.