SOLICITATION NOTICE
U -- Develop Master Planning Awareness Program and Conduct Master Planning Workshops. Base Year with (4) Four Option Periods
- Notice Date
- 6/19/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Humphreys Engineer Center Support Activity, US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
- ZIP Code
- 22315-3860
- Solicitation Number
- W912HQ-08-T-0014
- Response Due
- 6/26/2008
- Archive Date
- 8/25/2008
- Point of Contact
- Johnny L. Hicks, 703-428-8062
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ISSUED BY: USACE, Humphreys Engineering Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3660.The solicitation number is W912HQ-08-T-0014, which is a Request-for-Quotation (RFQ). The solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Circular 05-26. The NAICS Code 611430. The following FAR provisions apply 52.212-4, 52.212-5, 52.217-5, and 52.217-9. Purchase/Acquisition of Professional Consultant Services to Provide Master Planning Support to Army Installations to include the development and Management of Installation Real Property Master Plans(RPMP). STATEMENT OF WORK (SOW): TITLED: Reinvigorating and Emphasis of Master Planning as part of the Military Construction Process. INTRODUCTION: The Office of the Chief of Engineers through the Commander, U.S. Army Corps of Engineers has the responsibility for providing master planning support to Army installations to include the development and management of installation Real Property Master Plans (RPMP). These responsibilities also include providing assistance to the Assistant Chief of Staff for Installation Management (ACSIM) and the Installation Management Command (IMCOM), which includes its Headquarters Staff, Regions, and Installations. Further, as per DoD 3020, the Army Corps of Engineers is the DoD Critical Infrastructure Protection (DCIP) lead for the Public Works Sector. The DCIP role involves imbedding an Infrastructure assurance planning process throughout DoD (including the Army). One of the prime responsibilities is assuring the process of Master Planning is embedded into the Armys Military Construction and Real Estate processes. The result of the process of Master Planning is a set of construction requirements that are implemented either through the Military Construction or Real Estate Programs. Without a thorough understanding of the planning process, these construction or real estate initiatives are designed in a way that do not meet the long term needs of the Army, unsustainable and limit the Army options in an environment that is rapidly changing due to Transformation. To better integrate Planning with the MILCON process, USACE is proposing a series of initiatives to enhance understanding of planning to other USACE Community of Practice professionals and 2) re-look Army and USACE planning policies, protocols and guidance to better define planning relationships and considerations into the MILCON process. BACKGROUND: Army Installation Commanders are responsible for the short and long range planning of their installations, including real property, in support of current and future missions. Installation Real Property Master Plans satisfy a multitude of requirements. To assist Installation Commanders, Headquarters, Department of the Army developed policy guidance for development of installation master planning. Army Regulation 210-20 requires each installation to develop a Real Property Master Plan. The RPMP is the Installation Commanders plan for the management and development of the real property assets of the installation, including land, facilities, and infrastructure. Additionally, the RPMP documents the real property planning process. The RPMP is comprised of the following components: Real Property Master Planning Digest (RPMPD); Long-Range Component (LRC); Installation Design Guide (IDG); Capital Investment Strategy (CIS); and the Short Range Component (SRC). Further, as per AR 210-20, the Commander, U.S. Army Corps of Engineers is designated the technical lead for the practice of planning, to assure best planning practices are followed by the Army including USACE design and construction professionals. This includes assuring that planning principles are imbedded into all design and construction activities provided by USACE and providing advice to the Army on appropriate planning practices. The Commander U.S. Army Corps of Engineers issued Operational Order (ORORD 2006-13) to the Command on MILCON TRANSFORMATION. This OPORD directed all MSCs guidance and direction for implementing the MILCON Transformation Program. One annex (Annex L) provided the guidance on USACE Master Planning program to support implementing Army MILCON transformation. Further, as part of the Commander, U.S. Army Corps of Engineers Campaign Plan, and a major objective of the Plan cited the requirement to ensure planning is imbedded into USACEs successful Military Construction and Real Estate Program. This effort is a critical part of USACE plan to comply with the Campaign Plan and Operation Order. DESCRIPTION OF WORK: Conduct a Master Planning awareness program to USACE and IMCOM providing series of planning workshops as well as prepare a series of planning policy/guidance recommendations the practice of Master Planning to the Army and USACE and enhance Military Construction and Real Estate processes ad meet Army/USACE MILCON Transformation goals. This initial effort will include conducting three Master Planning Awareness Workshops for USACE MSCs. Each workshop will be 1 day effort including both a 4 hour lecture and a 3 hour prototype planning exercise that utilize models and other rudimentary graphic devices to help students build urban framework. Further a 1 hour session that includes a visual assessment survey and visioning and an overview of planning principles and methods of translating these principles into design of Military Construction and formulation of Real Estate instruments will be provided. Further, this effort will identify optional work for development Planning Policy documentation and further awareness workshops. TASKS: The U.S. Army Corps of Engineers will contract for the procurement of a complete series of Master Planning awareness workshops. The package will include development of all training materials, student handouts, models, supplies and trained planning professional teaching urban planning. These workshops will be self-contained Planning awareness packages that will broaden understanding of Master Planning and the linkage to successful implementation of the Armys / USACE Military Construction and Real Estate programs. These workshops will be conducted within the Continental United States. The contractor will be required to travel to these three sites. OBJECTIVE: The purpose of this Statement of Work is to provide for development and conduct of Master Planning Awareness workshops to broaden understanding of Master Planning as it pertains to successful implementation of the USACE MILCON and Real Estate Programs. It also identifies optional awareness opportunities where a series of draft planning instructions are recommended to update Army and USACE planning, MILCON and Real Estate policy, guidance and practices and further planning workshops. SCOPE: The scope of this Statement of Work is limited to support to the U.S. Army Corps of Engineers in meeting its role as the Armys Technical lead for Real Property master Planning and its role as the DoD lead for Public Works Sector lead for Infrastructure Assurance. APPLICABLE REFERENCES and DOCUMENTATION: All references, documentation, and material required for the design, development, and production of the task will be determined, identified, and provided by the Government. These include: AR 210-20, MASTER PLANNING FOR ARMY INSTALATIONS, DoD 3020, DEFENSE CRITICAL INFRSTRUCTURE PROGRAM, MASTER PLANNING INSTRUCTIONS GUIDANCE FOR AREA DEVELOPMENT PLANS, US ARMY GARRISON PRE-COMMAND COURSE MASTER PLANNING OVERVIEW PLANNING SCENARIO TO BE USED FOR EXERCISE, SUMMARY DESCRIPTION OF DELIVERABLES. MASTER PLANNING OVERVIEW WORKSHOP PACKAGE: In accordance with this Statement of Work, the contractor will provide 3 1-day Master Planning workshops that will provide for understanding of Master Planning process, hands-on planning exercise, a visual assessment survey and overview of visioning and the role in successful implementation of Armys MILCON and Real Estate Program. OPTIONS: Option 1: Develop Master Planning Policy and Guidance Packages: This work will provide a series of draft policy, guidance and/or practice studies that will enhanced planning practices and protocols that improve the inter-connectivity of Master Planning to Army Military Construction and Real Estate implementation by offering proposals to update current Army/USACE policy, guidance and practices to improve planning practice. This requirement will provide for 4 policy guidance packages that define succinct policy/guidance updates. These studies will require provider to review current planning guidance (AR 210-20, Master Planning for Army Installations) and based on current national/city planning practices involving Sustainable Planning, Traditional Neighborhood Development and Visioning propose new and innovative methods to comply with current planning practices and enhance inter-relationship to existing Army MILCON and Real Estate practices. Preparing these studies will require the contractor to travel twice to Washington DC or Seattle Washington to host document review sessions. Option 2: Master Planning Awareness Workshops. The contractor will provide additional 3 1-day Master Planning workshops that will provide for understanding of Master Planning process, hands-on planning exercise, a visual assessment survey, and overview of visioning and the role in successful implementation of Armys MILCON and Real Estate Program. Contractor will travel to the site of the workshop. Option 3: Conduct ADP Training Workshop. As an option to this contract, this effort will require the contractor to conduct a 1 week the Area Development Planning workshop that will focus on more detail practice of planning and Mixed Used Development. This would include conducting the class, and travel around the continental US. Option 4: Conduct ADP Training Symposium. As an option to this contract, this will require the contractor to conduct the Master Planning training symposium for ADP awareness. This effort will be a 3 day intensive overview of Master Planning, area development planning and the factors of DCIP and Mixed Use Development. This would include conducting the symposium and travel within the US. REQUIREMENTS: Kickoff Conference The contractor shall conduct a conference call with HQ USACE and ACSIM master planning and managers to go over thrust of the Workshops and provide dialog of workshop intentions. The contractor shall also present an overview of his training strategy and plans for Master Planning Awareness Workshops. The contractor will be requested to prepare a draft prototype on Workshop Program of Instruction. This Program of Instruction will define in detail the Workshop contents for the 3 sessions (as well as optional workshops). Conduct Master Planning Workshops. The contractor will be required to host the first workshop. Location will be in the DC area. The remaining 2 workshops will be completed. GOVERNMENT FURNISHED INFORMATION AND ASSISTANCE: Government will provide planning scenario and all assumptions that will be used for awareness strategy. Government will provide personnel for assistance as part of the prototype exercise and prototype class. Government will provide all reproduction support in conjunction to with awareness products as well as options. PLACE OF PERFOMANCE: The Master Planning Awareness Workshop training material shall be prepared at offices of contractor; however they while they are expected to be conducted at sites within the Continental US, the ADP Workshop or symposium (options 3 and 4) may be conducted in either Germany or Korea. PERIOD OF PERFORMANCE: The period of performance shall be up to 24 months from the date of contract award after receipt of notice to proceed. TRAVEL: Long distance trips and local travel are authorized in the execution of this task in order to conduct these workshops as well as other awareness activities. SECURITY CLEARANCE: All material used to develop the deliverables contained in this task is unclassified. HAZARDS INFORMATION: This task does not require the contractor to handle sensitive items, hazardous items, chemical surety materials, or microbiological or biomedical materials. DUE DATE: The due date for the delivery of a response to this solicitation is 26 JUNE 2008, Eastern Standard Time (EST) 1:00 p.m., and no late responses will be accepted beyond 25 JUNE 2008, Eastern Standard Time (EST) 1:00 p.m., timeframe. POINT-OF-CONTRACT (POC): Mr. Johnny L. Hicks, Contract Specialist, Phone: 703-428-8062, Email: Johnny.L.Hicks@usace.army.mil. EVALUATION CRITERIA Award will be made on the basis of the best value to the Government, Offerers are urged to ensure that their proposals are submitted on the most favorable terms in order to order to reflect their best possible potential. The Government intends to make an award without discussions based upon initial proposals received but reserves the right to conduct discussions if determined to be necessary. The technical proposal shall describe the capability of the offerer's organization to perform the work in accordance with the contract requirements. The proposal shall be specific and complete in every detail and shall contain the information necessary to evaluate the offerer's proposal in the areas listed in the PWS. Offerer's technical evaluation factors are listed below in descending order of importance. A Technical Proposal is required to show your understanding of the following as outlined in the Performance Work Statement: a. Subfactor 1: Subject Knowledge Offeror must show professional knowledge and experience in the area of Urban and Installation Master Planning holistically through set of professional certification, education, experience, and professional recognition. b. Subfactor 2: Management Provide an overall personnel plan to include workable management structure, reasonable number of personnel to be used in designated positions, sufficient training of personnel, and efficient methods of communication with Government personnel. Ensure offeror posses ability to illustrate planning principles through various media, as well as posses keen oral communication skills. c. Subfactor 3: Past Performance Offerors Past Performance information submitted as required by FAR 52.212-1, Instructions to Offerors Commercial Items, will be used to make a determination of the level of performance risk associated with each offeror. Offerors should provide performance history and references to demonstrate satisfactory performance for at least three prior contracts that are similar in size and scope to this requirement performed within the last three (3) years. Offerors should provide the following: Reference: Name, Address, POC and phone Numbers Contract and Value: Description of the Contract Effort: Relevance to this Solicitation: OPTIONS. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). COST/PRICE. Cost/price proposals will be evaluated for reasonableness and to determine the best overall value to the Government. This factor shall be judged on the degree to which, the proposed cost/price elements are reasonable and consistent with the work to be performed. Excessively high or low cost/price may be deemed to indicate a lack or understanding of the work or level of technology required.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f606acead295ee2da3ca42d52d7ae41f&tab=core&_cview=1)
- Place of Performance
- Address: US Army Humphreys Engineer Center Support Activity ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
- Zip Code: 22315-3860
- Zip Code: 22315-3860
- Record
- SN01596805-W 20080621/080619215904-f606acead295ee2da3ca42d52d7ae41f (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 |