Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOURCES SOUGHT

U -- Leadership/training consulting services for Sacramento District.

Notice Date
5/22/2007
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-07-Q-0098
 
Response Due
7/8/2007
 
Archive Date
9/6/2007
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT For Leadership/Training Consulting Services U.S. Army Corps of Engineers, Sacramento District, CA Classification Code: U  Training/Curriculum Development  Notice of Intent Contracting Office Address: U.S. Army Engineering District (USAED), Contracting Division, 1325 J Street, Sacramento, CA 95814-2922 Subject: Notice of Intent to Award a Sole Source Procurement for Leadership/Training Consulting Services Contract, USAED, Sacramento, Corps of Engineers, CA Description: Sources Sought/Notice of Intent to Negotiate with One Source for Leadership/Training Consulting Services, USAED, Sacramento, Corps of Engineers, CA. The Government intends to solicit and negotiate with DRI Consulting, St. Paul, MN, under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, unless as a result of an analysis of acceptable responses to this notice, a determination is made by the Government to issue a competitive solicita tion. The Sacramento District Corps of Engineers (Corps) is seeking to identify sources that are uniquely qualified to provide Leadership/Training Consulting Services for USAED, Sacramento, Corps of Engineers, CA. DRI Consulting was awarded the first ever Sacra mento District Corps Leadership/Training Consulting Services contract and was instrumental in developing the existing Corps curricula. Through the years of the existing contract, DRI Consulting understood the Corps leadership goals and initiatives, and use d this knowledge to review and update existing curricula. Their recommendations to the leadership program were implemented and assisted the Corps in retooling its program. DRI Consulting recommended changes and provided content to align four tiers of the Leadership Training program. This contractors expertise proves to be cost effective in subsequent contracts because the Government does not bear the added cost of reestablishing a knowledge base and reviewing volumes of curricula and training materials, which would be required by a new vendor. In the past two competitive procurements, DRI Consulting has provided the lowest cost and the best quality product. Interested persons may identify their interest and capability to respond to the requirement. The following are the three criteria that the Corps will use for evaluation of qualification. Potential sources must submit a capability statement of no more than 10 pages in length, which addresses the following key areas: 1. TECHNICAL - Potential sources must submit a list of recent projects that demonstrate their knowledge and past experience relating to work described above. Submit only current and past projec t and client information that is no more than 5 years previous and include a brief description, identify the capacity the firm worked in on the project (prime or subcontractor), the contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete  date completed, name and title of customer, POC and current phone number. 2. MANAGEMENT (personnel/organizational staff experience, project management, etc.)  Potential sources must iden tify their management staff, years of experience in work same or similar to that listed above and identify those projects submitted under TECHNICAL above, where the management and technical staff have gained the experience. 3. BUSINESS SIZE - Potential sources shall identify if they are a large, small, SDB, 8a, veteran or women-owned business. If the firm is a small business, and if applicable, the response to this synopsis must include how the firm will meet the Federal Acquisition Regulations (FAR) re quirements for limitations in subcontracting for the proposed solicitation that states &at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern . All interested parties may respond or submit statements of qualifications. This notice of intent is not a request for competitive proposals or quotations. However, all information received, not later than 2:30 p.m. (PST), within forty-five (45) days afte r date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract action 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 competitive procurement. If the Government determined, based on responses to this notice, that a full and open competition will be conducted, a synopsis will b e placed in FedBizOpps announcing the acquisition; otherwise, the Government will proceed with negotiations with one source with no further notice. Responses should be sent to: U.S. Army Corps of Engineers, Attention: James Aldea, 1325 J Street, Sacrame nto, CA 95814-2922. This action will be conducted under FSC Code U008, SIC Code 8331, NAICS Code 611430. The size standard is $6.5 Million. Please direct all questions to James Aldea, Contract Specialist, phone (916) 557-5186, fax: (916) 557-7854, email address: James.D.Ald ea@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01300572-W 20070524/070522221557 (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  © 1994-2020, Loren Data Corp.