Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2024 SAM #8153
SPECIAL NOTICE

99 -- NOTICE OF INTENT TO SOLE SOURCE

Notice Date
3/22/2024 7:14:01 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SR TF VIPR SAN JUAN PR 00918-0000 USA
 
ZIP Code
00918-0000
 
Solicitation Number
W51DQV24R01KM
 
Response Due
4/5/2024 12:00:00 PM
 
Archive Date
04/20/2024
 
Point of Contact
Katie Marrette, Phone: (410)9620147
 
E-Mail Address
katie.r.marrette@usace.army.mil
(katie.r.marrette@usace.army.mil)
 
Description
NOTICE OF INTENT TO SOLE SOURCE The US Army Corps Engineers, Task Force Virgin Islands Puerto Rico (TF-VIPR) is issuing this Notice of Intent (NOI) to inform industry contractors of the Governments intent to execute a Sole Source award IAW FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements per 41 USC �3304(a)(1). This is for technical services to identify program and project risk described above through analysis of past performance, incorporation of industry best practices, and development of comprehensive communication and mitigation strategies to address each finding. The efforts should be focused on: �� Review of technical products, techniques, methods, processes, and strategies used to date within TF VIPR�s program and area of responsibility (AOR). Through this analysis, identify recommendations to improve cost, schedule, quality, and communication effectiveness.� Based on this review provide specific risk reduction recommendations for the Bipartisan Budget Act (BBA) 2018 funded construction for the Rio Puerto Nuevo (RPN) Flood Risk Management project in Puerto Rico. Review TF VIPR�s communication activities and increase communication effectiveness in support of TF VIPR�s engagement activities. Effective communication with stakeholders is integral to reducing risk across all phases of project execution.� Establish robust lines of communication, increase understanding, transparency, and improve overall communication with governmental and non-governmental entities, communities, and stakeholders within TF VIPR�s Area of Responsibility (AOR). The AOR includes the Virgin Islands and Puerto Rico. The contractor will provide these services: Identify program and project risks through review of strategies and process for program execution as it pertains to project development and management, construction sequencing, acquisition strategies, scheduling, cost control, and quality control.� Identification of industry best practices for the management of Mega-Projects. Provide comprehensive risk reduction and mitigation recommendations focused on improving program and project specific delivery. Recommendations of specific areas of risk reduction that could benefit from a more focused technical review. Identification of current public engagement and incorporation of industry best practices. Preparation and coordination of a multi-level outreach plan based on best practices using public involvement and considering traditional and non-traditional methods of distributing information. Planning and support for stakeholder engagement events. Creating multimedia materials based on technical information. Preparation of culturally sensitive communication materials for use with stakeholders, public and communities.� The materials shall be prepared in English and Spanish. The task areas are as follows: � Task 0: �Initiation and Coordination Framework Task 1:� Identify the Drivers of Cost, Schedule, Quality, and Communication Risk Task 2:� Immediate Communication Enhancement and Strategic Product��Development Task 3: �Provide Risk Reduction Recommendations for BBA 2018 Funded�Construction Project���� Task 4: �Develop Strategic Communication Plan Task 5:� Support Community Engagements The intended Contractor is CDM Federal Programs Corporation located at 4651 Salisbury Rd, Unit 420, Jacksonville FL 32256 �The North American Industry Classification System (NAICS) for this requirement is, 541330 Engineering Services. The Small Business Administration (SBA) size standard for this sector is $25.5 Million. The proposed period of performance for this action is approximately 270 calendar days. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. The Government anticipates the award of a firm-fixed- price contract. A determination by the Government whether to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competition. This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. This notice of intent is not a request for quotations. All Interested parties who are responsible, certified, and capable may express their interest by providing a capabilities statement NLT April 05, 2024, at 3:00 PM EST. The point of contact for this action is Contract Specialist, Katie Marrette who can be reached at: katie.r.marrette@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf79d5b3f1b44b78bd8cbe307f70c2c4/view)
 
Place of Performance
Address: San Juan, PR, USA
Country: USA
 
Record
SN07006195-F 20240324/240322230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.