Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

R -- Corporate Business Advisory Services

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
WASO - WCP - Denver Contracting & Procurement 7333 W. Jefferson Avenue Suite 270 Lakewood CO 80235
 
ZIP Code
80235
 
Solicitation Number
C262303D152
 
Archive Date
8/4/2004
 
Point of Contact
Kim Oshinski Contract Specialist 3039143805 Kim_Oshinski@Contractor.nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The solicitation for this announcement will be available at http://ideasec.nbc.gov on or about August 18, 2003. PAPER COPIES OF THE SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. HOWEVER, SEE LAST PARAGRAPH OF THIS ANNOUNCEMENT FOR EXCEPTION. Description: This is a full and open competition. Corporate Business Advisory Services for the National Concessions Program Office, Washington, D.C. The National Park Service (NPS), Washington Contracts and Procurement Office (WCP), intends to issue a Request for Proposals (RFP) to solicit proposals to provide Corporate Business Advisory Services to the NPS National Concession Program. This will be an Indefinite Delivery/Indefinite Quantity (IDIQ) Task Order contract in support of the National Concessions Program Office in Washington, D.C. The Government plans to award one (1) task order contract (although it reserves the right to award contracts to more than one source under this solicitation). The Government reserves the right to award a contract(s), based on the selection board's final selection, to the firm(s) considered most highly qualified to perform the work. Should more than one contract be awarded, each awardee shall be provided a fair opportunity to be considered for task orders to be issued. Contract Period: All services will be provided under an Indefinite Quantity contract. The base contract period will be for one year, with options to extend for four additional one-year periods. Work will be ordered by issuance of firm-fixed-price or not-to-exceed, time-and-material, type task orders. The maximum ordering limitation will be $300,000.000 per task order and $2,000,000.00 per year, for a total of $10,000,000.00 for the life of the contract. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. Primary Services include, but are not limited to, business advisory support, advice on matters related to providing hospitality services to the public, identifying sources of industry expertise in certain specialized operations, business process reengineering services, strategic planning, and other business related support services. All work shall be performed in a manner consistent with Federal and State laws and regulations governing the work performed. Job Requirements: The contractor shall have the capability and experience to perform, or provide, a wide range of services related to the provision of business advice in the hospitality industry including, but not limited to, a good understanding, knowledge, and application of business and financial management principles and practices; the hospitality industry; leasing and lease-hold interests and Federal Government concession contracting; as well as broad experience in all phases of financial analysis, strategic planning and project management. Required Expertise includes: Senior-level business, government-affairs, financial, strategic planning, hospitality industry and business process reengineering expertise, information technology/database development, and technical writing. Firms must be able to provide all necessary disciplines by in-house personnel or through the use of subcontractors. Project Managers must have experience managing the types of projects anticipated by this solicitation. Firms will be evaluated by a selection committee based upon the following primary criteria, listed in descending order of importance (to be further described in the RFP): (1) Management Capability - defined by the professional qualifications of the firm and staff (both prime contractor and subcontractors) proposed for the performance of the services as set forth above and submission of a management strategy. (2) Technical Excellence - defined by the specialized and technical experience and knowledge of the services set forth above. (3) Past Performance - defined by the prime's, as well as the team's, prior performance on Government and private sector contracts for related or similar work. In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (i.e., multiple awards). All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Subcontracting Plan Requirement: In accordance with Public Law 97-507, the firm will be required to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals will be set forth in the RFP. The subcontracting plan is not required with submittal of the proposal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. The NAICS Code for this work is 541219 and the small business size standard is $6,000,000.00. This procurement is based upon Best-Value and is subject to the provisions of Federal Acquisition Regulations (FAR) Part 15, Contracting by Negotiation. The complete RFP for Solicitation D262303D152 will be published electronically on or about August 18, 2003. Responses will be due approximately 30 days following issuance of the RFP. This procurement is full and open. The point of contact for this solicitation is Kim Oshinski. Address: National Park Service, WASO-WCP 12795 W. Alameda Parkway Mail Stop WCP, Lakewood CO 80228. E-mail: kim_oshinski@contractor.nps.gov. Telephone: (303) 914-3805. All responsible sources may submit a proposal, which if submitted in a timely manner, will be considered. In order to download a copy of the RFP, vendors will be asked to register their company with the electronic commerce website. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Available files to download will be in one, or a combination, of the following formats: HTML, Microsoft Word-97, Microsoft Excel-97, Portable Document Format (PDF), or AutoCAD DWG or DWF. Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at http://www.adobe.com or for the AutoCAD reader called "Volo View Express" at http://www.autodesk.com. Responses from Offerors will be accepted at the address listed in the RFP in hard copy with the manual signature of the authorized company official. Facsimile offers shall NOT be accepted. The Government reserves the right to cancel this solicitation. The announcement does not constitute the solicitation. PLEASE NOTE: There is a strong possibility that a Judiciary official concerned about computer security for Native Americans' financial records may invoke an order for a shutdown of the NPS' internet connectivity. This shutdown may last for an indefinite period of time. If this shutdown takes place, the solicitation addressed in this announcement may be impacted. This section explains to potential offerors the steps that will be taken by the National Park Service - WCP along with the actions that will need to be taken by respective offerors in order to mitigate the impact of this shutdown to ensure that the procurement process is minimally impacted. In the event of a shutdown of internet connectivity, the WCP will provide all information pertinent to the solicitation including the solicitation, all amendments, attachments, plans and specifications on compact disk(s). By calling the listed contact person, a request for this information can be made by any offeror and will be mailed to the offeror by overnight mail. Offerors are reminded that it is imperative that they contact the listed Contract Specialist prior to the close of the respective solicitation period to ensure that they have a current and complete set of solicitation documents prior to submitting their offers. End of Announcement.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=1139744)
 
Place of Performance
Address: Washington, D.C.
Zip Code: 20005
Country: USA
 
Record
SN00392741-W 20030807/030805213942 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.