Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOURCES SOUGHT

R -- Program/Project Management IDIQ

Notice Date
1/21/2010
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-10-HH-D-0011
 
Archive Date
2/12/2010
 
Point of Contact
Lindsey McCampbell, Phone: 817-978-4070, Jason M McCall, Phone: 817-978-7458
 
E-Mail Address
lindsey.mccampbell@gsa.gov, jason.mccall@gsa.gov
(lindsey.mccampbell@gsa.gov, jason.mccall@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT. This posting is for market research purposes only - not a request for proposals. Large businesses please do not respond. The General Services Administration (GSA) in Fort Worth, Texas, is attempting to determine if there are any Small Businesses in the following small business classifications qualified to perform the services described below: Small Business, Small Disadvantaged Business, 8(a) Small Business, Woman Owned Small Business, Veteran Owned Small Business, HUB-Zone Small Business, Service Disabled Veteran Owned. GSA intends to solicit for a Indefinite Delivery Indefinite Quantity Contract (IDIQ) to support the GSA Special Programs Division (SPD) operations. The SPD was established in October 2008 to provide overall coordination, program management, procurement, and construction management services in response to growing requirements from GSA’s client agencies, primarily the Department of Homeland Security (DHS). The requirements generally involve planning and executing technology and infrastructure upgrades at Ports of Entry and other Government facilities nationwide. The Primary Contract Area of the IDIQ will be nationwide with a period of performance consisting of one base year and four one-year option periods. The proposed contract will include a maximum ordering limitation of approximately $12-15 million per year for a total maximum amount of $60-75 million over 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 throughout the entire contiguous United States. The successful firm shall provide dedicated planning, execution, and various program management services under this contract for GSA. 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, 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 SPD program including, but not limited to, the management of other federal contractors and contract services, pre-planning, programming, 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, construction management, commissioning, post-construction services, development and maintenance of electronic database and support including the provision of secure electronic bulletin boards or file transfer protocol (FTP) websites for GSA, GSA’s client agencies, and other GSA contractors, 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. 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. The successful firm will not perform design or actual construction work. If you are a small business and believe that your firm can successfully perform the services stated above, please respond via email to Lindsey McCampbell at lindsey.mccampbell@gsa.gov. The email must address the statements below and be received no later than 3:30 p.m. CST February 5, 2005. 1.Please indicate all business classifications for your firm (Small Business, Small Disadvantaged Business, 8(a) Small Business, Woman Owned Small Business, Veteran Owned Small Business, HUB-Zone Small Business, Service Disabled Veteran Owned Small Business) 2.Please give a brief description of your firms experience and capabilities in two pages or less.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-10-HH-D-0011/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN02046367-W 20100123/100121234813-1b5a3c212c22e219c3a18046c659c60b (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.