Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
SOURCES SOUGHT

R -- Wetland River Function - Performance Work Statement

Notice Date
12/6/2016
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-17-G-C-1872
 
Archive Date
1/4/2017
 
Point of Contact
Sharonda Grandberry, Phone: 2568957410, Martin Bushey, Phone: 2568951119
 
E-Mail Address
Sharonda.N.Grandberry@usace.army.mil, martin.bushey@usace.army.mil
(Sharonda.N.Grandberry@usace.army.mil, martin.bushey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Corps of Engineers, Huntsville Center is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the following requirement for 30 hours of instruction on Wetland River Function. The contractor’s assignment will include classroom instruction, field trips and other interactive methods to provide maximum exchange of ideas and information. The Corps of Engineers, Huntsville Center is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the following requirement for 30 hours of instruction on Wetland River Function. The contractor's assignment will include classroom instruction, field trips and other interactive methods to provide maximum exchange of ideas and information. The contractor's time will be supplemented by 2 hours of instruction by a Corps of Engineers employee(s).The result of this market research will contribute to determining the method of procurement for the requirement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541620. THERE IS NO SOLICITATION AT THIS TIME. This is NOT a Request for Proposal (RFP). It is anticipated that a RFP will be issued approximately 15 days after the release of this announcement. Contracts will be for a 1-year base ordering period with four possible 1-year option periods. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform the contract services found in the Performance Work Statement for this requirement, please provide the following information: 1. What is your Organization name, CAGE code, address, email address, Web site address, and telephone number? 2. What is the size and type of ownership for the organization? List your firm type: certified 8(a) small business, (8a SB); certified Hub Zone business, (Hub Zone); woman-owned small business, (WOSB); economically disadvantaged WOSB, (ED-WOSB); veteran-owned small business, (VOSB); and/or service disabled veteran owned concern, (SD-VOSB). (Please specify all those that apply and add any other business types needed to fully describe the firm.) 3. Is your firm a large business (LB) or a small business (SB)? 4. What is the tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability? If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 5. The government will evaluate market information to ascertain potential market capacity to 1.) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 20 November 2016. All responses under this Sources Sought Notice must be emailed to Sharonda.N.Grandberry@usace.army.mil If you have any questions concerning this opportunity please contact: Sharonda Grandberry @256-895-7410
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-17-G-C-1872/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04343677-W 20161208/161206234254-d38819e4f45c7af05342aad45310bbda (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.