Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOURCES SOUGHT

R -- BRAC Program Management Services - Draft PWS

Notice Date
9/15/2017
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-18-R-BRPM
 
Archive Date
10/28/2017
 
Point of Contact
Dana M. Walker, Phone: 210-466-2272, Cindy C. Hildner, Phone: 210-466-2269
 
E-Mail Address
dana.m.walker.civ@mail.mil, cindy.c.hildner.civ@mail.mil
(dana.m.walker.civ@mail.mil, cindy.c.hildner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
draft PWS for BRAC Program Management Bridge This is a Sources Sought Notice ONLY. The United States Army Mission and Installation Contracting Command - Fort Sam Houston (MICC - FSH), Joint Base San Antonio, Texas, intends to award a contract for Base Realignment and Closure (BRAC) Program Management (PM) services on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. All businesses, in all socioeconomic categories (including 8(a) Business Development Program; Small Disadvantaged Business (SDB); Historically Underutilized Business Zone (HUBZone); Service-Disabled, Veteran-Owned Small Business (SDVOSB); or Women-Owned Small Business (WOSB), etc.), must describe their specific capabilities to meet the requirements at a fair market price, i.e., information which may help support a set-aside. Any information provided under this notice is preliminary and may be updated or changed prior to release of a solicitation. The proposed sole source cost-reimbursement (cost-plus-fixed-fee) contract to CALIBRE Systems, Inc. is for advisory and assistance services, primarily in areas of Program Management, to the BRAC Division, Office of the Assistant Chief of Staff for Installation Management. Program Management services include providing policy recommendations in all areas of BRAC (financial, BRAC 2005, Legacy BRAC, non-BRAC excess properties, advisement of environmental investigations, programmatic recommendations, coordination with other state, local, and federal agencies, such as local re-use authorities), and professional services. The statutory authority for the sole source procurement is Title 10, United States Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. The current BRAC PM contract (W91WAW-13-C-0009) expires 31 December 2017. This follow-on bridge contract is anticipated to be awarded for a period of eight to 12 months, beginning January 1, 2018. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP), or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the U.S. Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide point of entry (FedBizOpps). It is the responsibility of industry to monitor FedBizOpps for additional information pertaining to this requirement. The North American Industry Classification System (NAICS) code is 541618, Other Management Consulting Services, size standard $15.0M. In response to this Sources Sought notice, please: 1. Furnish the name of the firm, point of contact, phone number, email address, Data Universal Numbering System (DUNS) number, Contractor and Government Entity (CAGE) code, business size (large or small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as 8(a), SDB, HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor. Identify subcontracting, joint venture, or teaming arrangement that will be pursued, if any. 3. Describe your experience in providing professional, advisory and assistance services for Department of Defense or U.S. Army BRAC efforts and your ability to perform all aspects of the PWS. Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Provide information to help determine if the required service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 6. Submit recommendations to improve the Army's approach, specifications, or draft PWS to acquiring the identified services. SUBMITTAL INFORMATION: 1. The Government requires information to determine the availability of resources to provide program management, technical, policy advice, recommendations, and support with proven experience and expertise in BRAC actions, financial management technical and programmatic support, real and personal property conveyance of BRAC 2005, Legacy BRAC and non-BRAC excess properties, environmental investigations, remediation and restorations. The Government will not review general capability statements. Ensure your submissions are tailored to this requirement and provide the information requested below. Submissions shall not exceed ten pages (including the cover page) and must be submitted in an Adobe Portable Document Format (pdf) or Microsoft Word (doc or docx) format. In order to achieve a thorough understanding of your firm's capabilities, please provide a short but detailed response for each of the following items. Cover Page. The cover page shall include the following information: Respondent (Firm) Name: Mailing Address: Point of Contact (POC): POC Title: POC Phone: POC E-Mail: DUNS number: CAGE code: Type of Business (small or large and any socioeconomic categories) for NAICS 541618: Certification of active registration in the System for Award Management at https://www.sam.gov/. 1. Financial management, technical and programmatic support: Describe your ability to provide financial management, technical and programmatic support with the goal of ensuring the most cost-effective and timely use of resources for the implementation and management of BRAC in accordance with section 5.2, Resource Management of the attached draft PWS. 2. Technical management and recommendations to support real and personal property conveyance: Describe your ability to provide technical management and recommendations to support real and personal property conveyance of BRAC 2005, Legacy BRAC and non-BRAC excess properties managed by the BRAC Division in accordance with section 5.4, Property Conveyance. 3. BRAC Environmental Management Support: Describe your ability to provide BRAC Environmental Management Support for environmental investigations, remediation, restorations and real property transfer actions which are underway at multiple designated BRAC and Non-BRAC locations throughout the United States in accordance with section 5.7, Environmental Management Support. 4. Manpower, skills, education, experience: Describe your ability to provide personnel with the necessary skills, experience and education in order to successfully perform the work in accordance with Part 5: Specific Tasks of the draft PWS. Provide information on the skills, experience and education of the proposed manpower. In particular, describe your ability to provide Key Personnel in accordance with section 1.6.28, Key Personnel; and BRAC Environmental Coordinators capable of performing the work described in section 5.3 of the draft PWS. 5. Transition: Describe your ability/plan to recruit and staff to the PWS requirements by December 15, 2017 to ensure that full performance is met on January 1, 2018. 6. Security clearance: Describe your company's ability to comply with the security requirements of sections 1.6.6, 1.6.7, 1.6.19, and 4.2 of the draft PWS. (Note: Contractor personnel performing work under this contract will require a current Secret clearance at time of the proposal submission, and shall maintain the level of security required for the life of the contract. Although this is not a classified contract, the Contractor will need a security clearance in order to access systems required for work under this contract.) 7. Explosive Safety/Explosive Ordnance Disposal: Describe your ability to provide the senior-level expertise in military munitions and explosives in accordance with section 5.5 of the draft PWS. 8. Procedures specific to BRAC: Describe your ability to perform specific BRAC-related procedures in accordance with Part 5: Specific Tasks of the draft PWS. 9. Reports: Describe your ability to comply with the reports requirements of Part 5 and Technical Exhibit 2: Deliverables Schedule of the draft PWS. 10. Large Scale Infrastructure Analysis: Describe your ability to provide necessary support in the three phases of Large Scale Infrastructure Analysis (Preparation, Analysis, and Support) in accordance with section 5.9 of the draft PWS. 11. Relevant prior or current experience: Describe your prior/current experience in performing efforts of a similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), 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. Identify any unique characteristics or alternative solutions to the performance of work. 12. Small businesses participation: Do you believe all aspects of this draft PWS could be performed by the small business sector? If not, please specify and describe which areas are best suited for subcontracting to small business firms. 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. 13. Respondents are encouraged to review the information requested above carefully and ensure a complete, thorough response is submitted. Please note that respondents are responsible for adequately marking proprietary, restricted, or competition-sensitive information contained in their response. 14. Responses or inquiries about this sources sought notice shall be submitted electronically via e-mail no later than 3:00 P.M. Central Daylight Time, Friday, September 29, 2017. Responses or inquiries shall be clearly marked with solicitation number W9124J-18-R-BRPM and e-mailed to the following points of contact: Ms. Cindy Hildner, Contracting Officer, at cindy.c.hildner.civ@mail.mil, and Mr. Dana Walker, Contract Specialist, at dana.m.walker.civ@mail.mil. 15. If you believe that this action is unreasonably restricting competition, contact the MICC Special Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269. Include the subject of the acquisition, this announcement, and the MICC-FSH point of contact information from the Sources Sought Synopsis. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a2ada668f1d9a12d12d1621ffb19792)
 
Place of Performance
Address: Services are for:, OACSIM, 600 Army Pentagon, Washington, DC 20310-0600, but may be performed at locations throughout the contiguous United States, Alexandria, Virginia, 22310, United States
Zip Code: 22310
 
Record
SN04679982-W 20170917/170915231552-3a2ada668f1d9a12d12d1621ffb19792 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.