Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
MODIFICATION

B -- Performance of Work Pertaining to the Combat Readiness Support Team for Planning Documents that Supports Facilities Construction, Procurement, Maintenance, Repair, and Modernization Program

Notice Date
3/30/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-04-R-0016
 
Response Due
5/10/2005
 
Archive Date
7/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Performance of Work Pertaining to the Combat Readiness Support Team That Supports Facilities Construction, Procurement, Maintenance, Repair, and Modernization Program (formerly known as RTLP). POC Phyllis A. Pond, Contract Specialist, 256-895-1148 or Katherine H. Atkins, Contracting Officer, Note: The solicitation is now available to download at FedbizOps and the technical data is now available at the Fedteds web site. The site location is provided in the RFP at Section J. Description: The Governm ent anticipates that one (1) to two (2) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts will be awarded to qualified small business, small disadvantaged, or small disabled veteran-owned businesses and one (1) award will be made to a qualified Hub -Zone small business with an estimated total capacity of $29,100,000 over the five (5) years. The contract awards will provide services for the impending procurement related to the study, analysis and planning associated with the existing use, sustainment and future development of live-fire ranges, training areas, training facilities and training lands at military installations world-wide to include support services described below and in accordance with Army Regulation 210-20 and 210-21. The CRST responsi bilities under this contract will include planning and planning related studies; Ordnance  EECA Studies, Real Property Master Plans; Real Property Development Plans, Summary Development Plans, Comprehensive Plans; Utility Support Studies; Stationing Studi es; Strategic Plans; NEPA Documentation; Environmental Studies; Installation Compatibility Use Zone (ICUZ) Studies; Land Use Studies; Force Modernization / Force Integration Studies/Unit Set Fielding Studies; DD Form 1391s military installation facilities planning; and related items such as construction programming documents, environmental documents, mapping, geographic information systems, and utility support studies. This acquisition focuses on three functional pillars including 1) Training Requirements Analysis and Supporting Studies; 2) Installation Infrastructure Planning, Analysis and Supporting Studies; 3) and Environmental Studies related to National Environmental Protection Act (NEPA) Process Studies and Supporting Documentation. Potential offe rors interested in this procurement shall be experienced firms with a North American Industry Classification System (NAICS) Code 541330, Engineering Services with average annual receipts of $4 million or less for the past three (3) years; capacity to dedic ate a single point of contact for this work; and who have successfully demonstrated performance related to services or activities for the Army Range and Training Land Program and related training activities as stated herein. Experienced firms must be capable of putting a team of qualified and experienced firms together to support all three of the functional pillars of this acquisition under a teaming concept. The three functional pillars are: 1) Training Requirements Analys is and Supporting Studies; 2) Installation Infrastructure Planning, Analysis and Supporting Studies; 3) and Environmental Studies related to National Environmental Protection Act (NEPA) Process Studies and Supporting Documentation. The prime firm must s upport 51 per cent of the contracted work. This acquisition requires interested firms to demonstrate experience and execution related to the Range and Training Land Program to include the assessment of quality and quantity of training assets, ranges and f acilities, and training opportunities / capabilities; determining requirements for a wide spectrum of live-fire ranges, training areas, maneuver areas, and related training support facilities and assets such as, simulation/simulator centers and complexes. The work also includes analyzing unit-training requirements, developing training investment strategies, and determining force integration and modernization effects on training capabilities and support requirements, and a variety of supporting justification and programming documents, National Environmental Protection Act (NEPA) studies, analyses and documentation. In addition firms should be experienced in mapping, geographic information sy stems, and database development. It is the intention of the Huntsville Center to make multiple award contracts. A Pre-Proposal and Teaming Conference will be conducted on 20 April 2005 at the 5th Avenue Room at the Holiday Inn located at the 5903 University Drive, Huntsville, AL 35806 ( Research Park Area) beginning with the registration at 8 a.m. central standard time. The conference will begin immediately following the registration. The phone Number is 256-830-0600. Offerors interested in attending the pre-proposal conference should contact Phyllis A. Pond by email at Phyllis.A.Pond@HND01.usace.army.mil or Katherine.H.Atkins@HND01.usace.army.mil and provide the Company Name, Address, Telephone Number, Fax Number, and the names of the attendees. Note: Questions pertaining to the solicitation should be sent either to the Contract Specialist noted above or to the Contracting Officer in writing. Questions may be submitted electronically or by fax. Contract period of performance is anticipated to be five (5) years (basic and four (4) optional years) with a total program value of approximately $29.1 million. This work is planned at U.S. military installations world-wide; therefore all personnel performing work on-site must be U.S. citizens. Interested offerors/firms should register as an interested source and download the solicitation when it becomes available from the US Army Corps of Engineers, Huntsville Centers electronic bulletin board. Go to the US Army Engineering and Support Centers homepage at: http://www.hnd.usace.army.mil The contemplated evaluation factors to be used as part of this acquisition to rank the most qualified firms include: a. Technical Capabilities b. Functional Experience c. Past Performance d. Management & Organizational Capability e. Price/Cost (will be evaluated, but not scored) Offerors should see Section M of the Request for Proposal for further guidance on the evaluation factors. Proposals or questions concerning this acquisition shall be submitted to the U.S. Army Engineering and Support Center, Huntsville, 4820 University Sq uare, Huntsville, Alabama 35816-1822, ATTN: CEHNC-CT-P, Ms. Katherine Atkins or Ms. Phyllis Pond. You may also submit your questions via e-mail, in word format, to the following address: Phyllis.A.Pond@hnd01.usace.army.mil or Ms. Katherine Atkins at Kathe rine.H.Atkins@hnd01.usace.army.mil
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00778768-W 20050401/050330212302 (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.