Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2005 FBO #1465
MODIFICATION

R -- Program/Project Management and Related Services

Notice Date
11/28/2005
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
Reference-Number-7PM060015
 
Response Due
12/5/2005
 
Archive Date
12/20/2005
 
Point of Contact
Carolyn Smith, Contracting Officer, Phone (817) 978-7483, Fax (817) 978-2577, - Carolyn Smith, Contracting Officer, Phone (817) 978-7483, Fax (817) 978-2577,
 
E-Mail Address
carolyn.smith@gsa.gov, carolyn.smith@gsa.gov
 
Description
Sources sought. This is not a request for offers. Large businesses please do not respond. The General Services Administration (GSA),PBS, in Fort Worth, Texas, is attempting to determine if there are any Service Disabled Veteran, 8(a) or HUBZone certified firms qualified to perform program/project management and related services in support of the requirements of the U.S. Department of Homeland Security (DHS) United States Visitor and Immigrant Status Indicator Technology (US-VISIT) Program. US-VISIT is a continuum of security measures that begins overseas, at the Department of State?s visa-issuing posts, and continues through arrival and departure from the United States of America. The goals of US-VISIT are to enhance the security of our citizens and visitors; facilitate legitimate travel and trade; ensure the integrity of our immigration system; and protect the privacy of our visitors. The Primary Contract Area will be within the geographical Area of Washington, DC. The Secondary Contract Area will be the entire United States based on specific geographical needs and requirements. This will be a firm-fixed price Indefinite Delivery Indefinite Quantity Contract for one base year with four one-year option periods. The proposed contract will include a yearly maximum ordering limitation (MOL) of $10 million per year for a total possible maximum amount of $50 million over a possible contract period of five (5) years. The anticipated solicitation will be competed under Federal Acquisition Regulation (FAR) Part 15, Source Selection Processes and Techniques. Award will be made to the proposal offering the best value to the Government. The firm selected will be required to perform at least 50% of the work with its own forces. The selected firm must be able to continuously handle multiple complex, high-profile, projects of various sizes in multiple locations at any given time. The selected firm must have the capability to respond rapidly on an emergency as-needed basis within the Washington, DC area as well as the contiguous United States. The successful firm shall provide dedicated planning, execution and various program management services under this contract for GSA. Two-thirds to three-fourths of the selected firm?s personnel will be required to be onsite at the DHS US-VISIT headquarters in Arlington, VA. The successful firm shall be responsible for providing GSA with sound management advice regarding each program or project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The successful firm shall be required to have a full understanding of possible program or project objectives, the approval process, budget, the contract documents, and the principles of Federal contracting and contract administration. The successful firm will provide services that may include planning and execution of services related to the needs of DHS US-VISIT program including, but not limited to, the management of other GSA/DHS contractors and contract services, pre-planning, programming, modeling, environmental related services, design review and management, procurement support, cost estimating, cost or price analysis, technical analysis, proposal analysis, project and program scope development, budget and schedule development and management, commissioning, post-construction services, technical review and analysis; and development and maintenance of electronic database and support including the provision of secure electronic bulletin boards or file transfer protocol (FTP) websites for GSA and DHS, GSA?s client agency, and other GSA contractor access, and for the coordination of services in cooperation with GSA (owner) and DHS personnel, including building occupants, architect-engineers, construction management, and construction GSA contractors. The successful firm will not perform design or actual construction work.. The successful firm shall provide a dedicated Program/Project Management Team and other qualified professional Key Personnel for various job classifications and DHS US-VISIT programs and activities. The Program/Project Management Team shall be a cohesive and efficient core team assigned and dedicated to the contract, and must possess vested authorities for the primary functions to include professional management, execution, commissioning, and oversight of all required services in a responsive, cost-effective, streamlined, and flexible manner. Work associated with the task orders anticipated under the proposed Program/Project Management IDIQ contract will require the respective firm to have the capability of assigning such disciplines as program managers, project managers, planners, programmers, architects, engineers, inspectors, cost estimators, specifications writers, schedulers, administrative office support staff, testing technicians, environmental specialists, and historic preservationists, where and as needed for support of programs and projects, including possible on-site services at federally owned and operated buildings or facilities. If you believe that your firm can successfully perform the services stated above please respond via email to carolyn.smith@gsa.gov, and respond to the following questions no later than 3:30 p.m. CST December 5, 2005. 1. What socio-economic group do you belong to? 2. Can you demonstrate your firm?s experience in performing similar services as described above?
 
Place of Performance
Address: Washington, DC geographical area
Country: USA
 
Record
SN00938466-W 20051130/051128212058 (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.