Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOURCES SOUGHT

R -- RECOVERY ACT Program Management and Construction Management - Sources Sought

Notice Date
4/20/2009
 
Notice Type
Sources Sought
 
Contracting Office
US Dept of the Interior - National Business Center Acquisition Services Division, DC Branch1849 C Street NW, MS 1221 Washington DC 20240
 
ZIP Code
20240
 
Solicitation Number
ANN09000181
 
Response Due
4/27/2009
 
Archive Date
4/20/2010
 
Point of Contact
Alexis Williams Contract Specialist 2022086333 Alexis_N_Williams@nbc.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: The Department of the Interior (DOI) is seeking to identify a single vendor interested in providing both Program Management services and limited Construction Management services in direct support of the American Reinvestment and Recovery Act (RECOVERY ACT). DOI has received $3 billion in RECOVERY ACT funds which will be invested in thousands of geographically dispersed RECOVERY ACT projects. DOI is in the process of announcing its projects and will be quickly moving to the implementation phase of the RECOVERY ACT program. To ensure successful implementation of its RECOVERY ACT projects, DOI is looking for a vendor to: Support development of/participate in department-level program management functions associated with RECOVERY ACT implementation Participate in review and evaluation of detailed bureau program plans, including scheduling, cost estimates, organizational/staff capacity, accountability, etc., in furtherance of RECOVERY ACT objectives Identify key risks and develop/support risk mitigation strategies Identify opportunities to optimize project delivery methods, streamline processes, etc., and develop/support implementation strategies Evaluate proposed bureau-level tracking systems and propose/support improvements aimed at increasing consistency and effectiveness Leverage bureau-level project tracking work to support creation of department-level tracking system capable of effectively monitoring progress, meeting reporting requirements, and ensuring and tracking other applicable compliances Participate in regular progress reviews Identify any ongoing performance issues and provide support for resolution when appropriate/necessary As directed, selectively evaluate change order process and other project/program control points As needed, assist in planning activities for specific, individual projects Tasks would include all or part of the services listed in the GSA 871 Schedule Summary for the following three Schedules: Strategic Planning for Technology Programs/Activities (GSA Supply Schedule 871-1), Concept Development and Requirements Analysis (821-2), and Construction Management (871-7). The vendor is required to have expertise in all three GSA 871 Schedules listed above and would be required to provide direct and sole support, in whole or part, as tasked. Contract performance would take place in Washington, DC at the Department of the Interior's Main Building (1849 C Street, NW) and on-site, as needed. This Sources Sought notice is not an issuance of a solicitation or a request for proposal and the information presented in this announcement will not obligate the National Business Center in any manner. The NAICS for this procurement is 541330, Engineering Consulting Services CONTRACTOR SUBMISSIONS Interested parties should submit the following information (10 page limit) in their Statement of Qualifications (SOQs): Business Name:Address (No P.O. Box):Point Of Contact (POC):POC Work Phone:Alternate POC Work Phone:POC Email:Respond to the following questions: Question 1: How would you quickly evaluate the sufficiency of program and project planning conducted to date? How would you mitigate the risks associated with insufficient planning?Question 2: How would you manage monitoring and reporting in a decentralized and geographically distributed environment? What types of issues would you expect to encounter and how would you recommend quickly solving these issues? Question 3: What are the key indicators of program/project success for construction and deferred maintenance projects? How can DOI predict if it will deliver its Recovery Act projects within the expected scope on cost and within schedule? Provide clear evidence of pertinent experience performing work of a similar type, scope, and nature (please list no more than three projects, limit one page per reference): -Contract Name:-Government Agency:-Contract Identifier:-Point Of Contact (POC):-POC Work Phone:-POC Email:-Contract Synopsis and description of items/services provided under the contract:-Dollar Value: Provide a positive statement of your intention to submit an offer for the solicitation (if issued) as a prime contractor. Respond to the following additional questions: Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. Has your firm, or any firm that you would potentially joint venture or team with for any acquisition ever bid on a Federal acquisition and been determined non-responsible by the Contracting Officer, and the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency to your firm or teaming partners when the matter was referred to SBA for review and consideration? If so, please provide the specifics. Firms are reminded of the requirement to register in the Central Contractor Registration (CCR) database (http://www.ccr.gov) and the Annual Representations and Certifications (http://orca.bpn.gov) as required by FAR Subparts 4.11 and 4.12. Interested parties must respond to this notice no later than 3:00PM EST on April 27, 2009 via email to Alexis_N_Williams@nbc.gov and the email should be entitled "RECOVERY ACT Program Management and Construction Management - Sources Sought." Responses submitted by a method other than electronic mail shall not be accepted and shall not be answered. If you have responded to any previous email messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this Sources Sought request and the items contained herein. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responses received by the Government from interested contractors. All information/materials provided to the government will become the property of the Government and will not be returned. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a set-aside either competitive or sole source, or of any guarantee of award or particular acquisition strategy developed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=97555ad652f0d4a03091ea6ce46659eb&tab=core&_cview=1)
 
Place of Performance
Address: WASHINGTON, DC<br />
Zip Code: 20240<br />
 
Record
SN01797158-W 20090422/090420221544-97555ad652f0d4a03091ea6ce46659eb (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.