Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
MODIFICATION

R -- OPERATION DIRECTORATE, CONSTRUCTION (ODC)MILITARY CONSTRUCTION TECHNICAL AND ANALYTICAL SERVICES SOURCES SOUGHT NOTICE

Notice Date
3/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-15-R-0041
 
Response Due
4/22/2015
 
Archive Date
5/25/2015
 
Point of Contact
Angelic Hatcher, 210 466-2204
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(angelic.m.hatcher.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Office on behalf of The Office of the Assistant Chief of Staff for Installation Management (OACSIM) Operations Directorate, Construction Division (ODO), to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this RFI. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any that may limit small businesses from participation. MICC-FSH is seeking sources relative to the North American Industry Classification System (NAICS) code is 541611 (Administrative Management and General Management Consulting Services) with a corresponding Small Business Size Standard of $15.0 million capable of providing all personnel, equipment, facilitates, supplies, and services required to support OACSIM ODC. To accomplish the deliverables the contractor must be able to review MILCON construction documents (DD 1391) and reconcile inconsistent or incorrect information, access existing databases and extract information to populate the budget books, update MILCON estimates, print/assemble/distribute up to 100 budget books with up to 200 pages per book, and coordinate the annual MILCON IPT Command/Component Briefs and MILCON IPT Deliberations (each of the meetings takes place over 5 working days, each) that includes the production of up to 100 Command/Component presentation books. The overall level of technical expertise does not require an expert knowledge of the Army's MILCON program, but does require analytical capabilities that will allow the contractor to recognize inconsistencies or errors in the MILCON DD-1391 documents and recommend solutions. The contractor will also need to posses the technical capabilities to update line level construction estimates in the DD Form 1391 processor. A draft Performance Work Statement has been attached for use in preparing a response to this RFI. Vendor responses are limited to twenty (20) written pages (PDF or MS Word Format) and should include: 1.Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HubZone). Large Businesses ARE permitted to respond to notice. Respondents shall also indicate contracts held on GSA. 2.Name, title, address, phone number, email address of company point of contact. 3. Management approach to staffing this effort with qualified personnel. 4. Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. 5. Do you have any thoughts or concerns about reserving this requirement for small businesses? 6. Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)? 7. Identify the contract type (e.g., Firm Fixed Price (FFP), Cost, etc.) you believe is appropriate for the requirement and any limitations to your ability to propose a FFP. 8. Provide a Rough Order of Magnitude (ROM) estimate based on the attached draft PWS and the anticipated period of performance. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not return any information submitted in response to this notice. Responses to this sources sought notice shall be submitted on or before 3:00 PM on 22 April 2015 to the POC via email to Angelic Hatcher at angelic.m.hatcher.civ@mail.mil or by mail to Mission and Installation Contracting Command, Mission Contracting Office - Fort Sam Houston, ATTN: Angelic M. Hatcher, 2221 Infantry Post Road, BLDG 604, Fort Sam Houston, Texas 78234-1361. All email responses should include in the subject line Company Name and the ACES RFI Number. Questions shall be submitted via email to the POC above. This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate at dean.m.carsello.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/13e7e1b3a4d838a084c26de86956c0b3)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
Zip Code: 78234-1361
 
Record
SN03680651-W 20150328/150327000008-13e7e1b3a4d838a084c26de86956c0b3 (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.