Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
SOURCES SOUGHT

R -- Sources Sought Program Manager Support DHS CBP FM&E FOFPMO - Sources Sought Capability Information

Notice Date
1/6/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G17RPPMS
 
Archive Date
3/31/2017
 
Point of Contact
Natasha Kennedy, Phone: 817-886-1075
 
E-Mail Address
natasha.p.kennedy@usace.army.mil
(natasha.p.kennedy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Capability Information Sheet SOURCES SOUGHT SYNOPSIS For Acquisition Procurement and Program Management Support In Support of the Department of Homeland Security (DHS), US Customs and Border Protection (CBP), Facilities Management and Engineering Directorate (FM&E), Field Operations Facilities Program Management Office (FOFPMO) This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the Sources Sought or resulting market research. The Department of Homeland Security (DHS), US Customs and Border Protection (CBP), Facilities Management and Engineering Directorate (FM&E), Field Operations Facilities Program Management Office (FOFPMO) has a requirement for acquisition procurement and program management support services requiring the solicitation and award of a Services Contract. The proposed acquisition will be firm fixed price, indefinite delivery-indefinite quantity (IDIQ) contract. The results of the market research will determine the type of business set-asides that will be utilized in the resulting Request for Proposal. The majority of the work to be performed under this Services IDIQ MATOCs will be acquisition procurement and program management support to the FOFPMO in Washington, DC, but may be used in support of other FOFPMO forward offices within the geographic boundary of the contract. Procurement support is likely to include, but is not limited to, acquisition strategy and planning support, statements of work, specifications and requirements documents development, performing market research and surveys, source selection, pre-award documentation, post-award contract administration and management, assist with the solicitation, preparation and issuance of contracts, delivery orders, modifications and management of various contractual vehicles as relevant to FOF's portfolio. Program management support is likely to include, but is not limited to, cost, schedule and risk development, budget development and review, cost and schedule management and control consultation. Program management support is also likely to include, but is not limited to, spend plan and resource allocation plan development, project management, program controls management, TRIRIGA support, financial management support, environmental project management, IT project management support, project management for DAAPS, and reoccurring status reporting for all deliverables. Program management support is additionally likely to include, but is not limited to, technical engineering, architectural and environmental support, BOMR support, quality assurance and quality control, A-E design and construction services support, and business process improvement The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include large businesses and the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Economically Disadvantaged Woman Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. Resulting contracts are likely to serve discrete geographical regions within the continental US. The contract period of performance is for a 1-year base period and up to four 1-year option periods. The minimum Task Order size will be determined by the market research results. It is currently estimated that the Service contractor may be concurrently working up to three task orders concurrently. The total contract capacity and geographic boundaries of the resulting contract will be determined after the completion of Market Research which includes an analysis of the sources sought capabilities statements received. The North American Industry Classification System code for this procurement is 541611, which has a small business size standard of $15M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self-perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated RFP issuance date is on or about 11 July 2017. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Responses to this Synopsis shall be limited to 5 pages and shall include the following information: The completed Sources Sought Response document included as an attachment to this Sources Sought. Interested Firms shall respond to this Sources Sought Synopsis no later than 4 February 2017. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Adrian Rios at Adrian.T.Rios@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G17RPPMS/listing.html)
 
Record
SN04365858-W 20170108/170106234329-a42a1d7311c11c4ef2376abc65c58486 (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.