Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOLICITATION NOTICE

R -- ISO 9001 2000 REGISTRATION/AUDIT SERVICES FOR THE U.S. ARMY CORPS

Notice Date
1/13/2012
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-12-R-0005
 
Response Due
3/1/2012
 
Archive Date
4/30/2012
 
Point of Contact
Candace Lotomau, (808) 438-7034
 
E-Mail Address
USACE District, Honolulu
(candace.c.lotomau@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation notice only. PURPOSE: The Honolulu District U. S. Army Corps of Engineers intends to issue a Request for proposal (RFP) for a Firm Fixed-Price (FFP) Commercial Service Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Government intends to award without negotiations if a fair a reasonable offer is received. The solicitation will result in a Single Award Task Order Contract (SATOC). This SATOC IDIQ contract will include a one-time minimum guarantee in the amount of $2,000.00. The solicitation number for this contract is W9128A-12-R-0005. DESCRIPTION: This description is not intended to be all encompassing. This is a non-personnel services contract to provide ISO 9001Registration/Audit Services for the U.S. Army Corps of Engineers Pacific Ocean Division (POD) including its four Districts [Alaska (POA), Korea (POF), Honolulu (POH), and Japan (POJ)]. NAICS AND SIZE STANDARD: The NAICS code for this project is 541611 with a small business size standard of $7,000,000.00. COMPETITION: RFP W9128A-12-R-0005 shall be unrestricted to promote full and open competition. The Government intends to award in accordance with FAR 15.101-1, Best Value Tradeoff Source Selection Process. The Government anticipates using the following evaluation factors/subfactors. Award will be made to the offeror proposing the combination most advantageous to the Government based upon an integrated assessment of the evaluation factors and subfactors described below: Factor 1: The Technical factor is further divided into the following subfactors: a.Subfactor 1: Proposed Recertification/Surveillance Audit Process/Schedule b.Subfactor 2: Management and Key Personnel c.Subfactor 3: Company Experience Factor 2: Cost/Price: The resulting award will be a Firm-Fixed Price Commercial Service IDIQ contract. Price reasonableness will be utilized in the evaluation of the Firm-Fixed Price effort. Factor 3: Past Performance SOLICITATION RELEASE DATE: The anticipated release date for RFP W9128A-12-R-0005 is on or about February 1, 2012, with a projected proposal submission date of March 1, 2012. CENTRAL CONTRACTOR REGISTRATION (CCR): All contractors must be registered and current in the DOD's Central Contractor Registration (CCR) database as required by DFARS 204.7300. Offerors must be successfully registered and current in the CCR, www.ccr.gov, in order to receive a Government contract award. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): ORCA is an e-Government initiative that replaced the paper based Representations and Certifications (Reps and Certs) process. Offers must have their Reps and Certs current and available online in ORCA, https://orca.bpn.gov, prior to receiving a Government contract award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The RFP documents for this procurement will be posted on the Army Single Face to Industry (ASFI) database. You can access these files from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, all potential bidders responsibility to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be providing any other methods of information dissemination. The official media of distribution for this solicitation is WEB ONLY. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507. CURRENT CONTRACT INFORMATION: Current IDIQ contract number is W9128A-07-D-0001. Contract was awarded on February 2, 2007 and will expire on June 6, 2012. Contractor is Lloyds Register Quality Assurance Inc DBA LRQA, Inc. 1401 Enclave Parkway Ste 200, Houston, TX 77077. Total contract amount is $560,000.00. POINT-OF-CONTACT FOR QUESTIONS: Please do not send questions to this notice as it is only a Pre-Solicitation Notice. Questions will be accepted only after the Solicitation has been published. The Contract Specialist for this solicitation is Candace Lotomau, telephone: 808-438-0734, email: Candace.C.Lotomau@usace.army.mil. Any communications regarding this procurement must be made in writing and forwarded via email and must identify the RFP number, company name, address, email address, phone number including area code, facsimile number, and point of contact. NOTE: This Notice is being issued for planning and informational purposes only. It does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-12-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02654241-W 20120115/120113234022-8f5984b4f41cd5fb006a0e32c23d50d9 (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.