SOURCES SOUGHT
R -- Acquisition of Engineering Services and Support for Task Order Directed Studies for the US Army Corps of Engineers (USACE), Department of Defense (DoD) and Agencies which have an MOU Type Agreement with the Department of the Army or USACE.
- Notice Date
- 12/22/2008
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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-09-X-0000
- Response Due
- 1/15/2009
- Archive Date
- 3/16/2009
- Point of Contact
- Nancy Hilleary, 703-428-6120<br />
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The purpose of this sources sought synopsis is to determine the availability of qualified Small Business Contractors to include 8(a), HUBZone Certified and Service Disabled Veteran Owned Small Businesses. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 541330, Engineering Services. The Small Business Size Standard is $4.5 Million. A response is required from all interested as described in paragraph titled response to sources sought. The U.S. Army Corps of Engineers, Humphreys Engineering Center Support Activity is seeking small business to clearly identify capability, knowledge, and similar work experience to maintain an Indefinite Delivery Indefinite Quantity (IDIQ) Task Order driven contract in relation to essential engineering analysis capability to support engineering-related management tasks such as USACE overhead rate analysis, analysis of USACE construction quality management processes, assessment of ISO 9000 compliance, analyzing the integration of construction management into the project management business process, supporting USACE as it privatizes its workforce, addressing homeland security-related challenges associated with government and private infrastructure, a wide-variety of other tasks broadly related to construction and engineering activities and related business processes. The broad objective of the work to be performed under this contract is to provide specialized skills, knowledge, and support to maintain an institutional capability for analysis and integration of USACE and DoD-related engineering management issues. Work under this contract shall include engineering analyses, studies, and recommendations, and other services incidental to this work in the areas of (1) engineering and construction management analyses, re-engineering appraisals, and advice; (2) real property management and housing management engineering analyses; (3) engineering and construction personnel and manpower analyses; (4) engineering analyses related to privatization feasibility and optimization (5) specialized engineering and construction-related information systems appraisals and requirement; (6) facilities policy, management, and administration; (7) operation research and modeling; and (8) engineering and construction management-related business process re-engineering; (9) environmental management and remediation; (10) water resource management; and (11) other related topics and issues. The Statement of Work is as follows: C.1. SCOPE C.1.1 The contractor shall provide the necessary personnel, materials, facilities and other services to conduct programs of study, analysis, research and various engineering related support services for the U.S. Army Corps of Engineers. The broad objectives of the work to be performed under this contract are to provide relevant specialties and capabilities for analysis and integration, and implementation of USACE-related issues, policies and procedures. Work under this contract will include the need for individual security clearances (up to a TOP SECRET) on some task orders. Work under this contract may include work outside the Continental United States (i.e., overseas work). The need for security clearance or overseas travel is task order dependent. C.1.2 The broad objective of the work to be performed under this contract is to provide specialized skills, knowledge, and support to maintain a capability for analysis and integration of USACE and DoD-related engineering management issues. Work under this contract shall include engineering analyses, studies, and recommendations, and other services incidental to this work in the areas of (1) engineering and construction management analyses, re-engineering appraisals, and advice; (2) real property management and housing management engineering analyses; (3) engineering and construction personnel and manpower analyses; (4) engineering analyses related to privatization feasibility and optimization (5) specialized engineering and construction-related information systems appraisals and requirement; (6) facilities policy, management, and administration; (7) operation research and modeling; and (8) engineering and construction management-related business process re-engineering; (9) environmental management and remediation; (10) water resource management; and (11) other related topics and issues. All studies, analyses, and research performed under this contract shall be specified in writing in the form of contracting officer-issued delivery orders that will define the task with a definite goal or target expressed with a specific deliverable end product required for the work to be accomplished under the delivery order. C.2 DELIVERY ORDERS C.2.1 The responsibilities of the contractor under the contract will be carried out by the appropriate officers of the contractor or their duly authorized representatives. The contractor is responsible to the Contracting Officer for the professional qualifications of the personnel assigned to work under the contract, for the quality of their performance, and of the quality of reports furnished as end products of such effort. C.2.2 Each delivery order will contain a statement of work and a schedule of deliverables. C.2.3 It is understood that the contractor may, from time-to-time, be called upon to amplify and interpret research already performed and to provide advice concerning the applicability of such research to current problems through briefings, conferences, and discussions. When such assistance falls within the scope of a current delivery order, no additional delivery order shall be required. Otherwise, a delivery order will be issued by the Contracting Officer in accordance with the applicable provisions of this section. C.2.4 It is understood that in exceptional cases some tasks may be of a time-sensitive nature requiring immediate initiation of work prior to issuance of a formal delivery order. In such cases, work may be initiated prior to issuance of a delivery order; however, the contractor will not be allowed, under any situation, to start performance on any work until: C.2.4.1 Funds are certified available for the project by the comptroller. And; C.2.4.2 Certification of availability of funds is confirmed by the Contracting Officer. C.2.5 Delivery Orders may be modified to add or change work; however, no changes in work will be initiated by the Contractor until a modification to the delivery order directing such change is properly executed by the Contracting Officer. C.2.6 Contractor reports required by the delivery order will be submitted to the Contracting Officers Representative (COR). The COR will be responsible for providing reports to other agency representatives. Reports delivered in response to delivery orders are data to be furnished pursuant to the clause entitled Rights in Technical Data of the Contract Clauses. C.2.7 Formal communications relating to the assignment of tasks and projects, receipt of reports, etc., will be to the contractor and not to any subdivision of the contractor, except when such subdivision is designated by the contractor for that purpose. Formal communications from the contractor to the Government, including contractor's reports, will be approved and forwarded by an officer of the contractor or a senior staff member acting for such officer. C.2.8 Offerors are advised that task orders issued under this contract may include: 1) the development of specifications or work statements for future procurements, 2) providing systems engineering or technical direction, 3) providing evaluation services for products or services and 4) access to and analysis of sensitive or proprietary data. Accordingly, work under this contract will be subject to the Organizational Conflict of Interest provisions in FAR Subpart 9.5. As such, the successful contractor may be prohibited from competing either as a prime contractor or subcontractor for other future contracts if such a conflict of interest exists. C.3. REPORTS AND OTHER DELIVERABLES C.3.1 The contractor shall submit the following reports and other deliverables in accordance with the delivery schedule: C.3.2 Reports delivered by the contractor in the performance of the contract shall be considered 'Technical Data' as defined in the 'Rights in Technical Data' clause in DFAR 52.227 7013, found in Section I of the contract. C.3.3 Bulky reports shall be mailed by other than first-class mail unless the urgency of submission requires use of first class mail. In this situation, one (1) copy shall be mailed first-class and the remaining copies forwarded by less than first-class. Reports will be mailed to the customer for whom the task order is being accomplished for. C.3.4 The heading of all reports shall contain the following information: 3.4.1 Contract Number 3.4.2 Name of Contractor 3.4.3 Contractor's Project Director 3.4.4 Delivery Order Number 3.4.5 Short Title of Contract Work END OF STATEMENT OF WORK. Response to Sources Sought: Potential Offerors are required to respond to this Sources Sought Synopsis with the following information which shall not exceed five pages: 1. A company capability statement as it relates to the above scope of work and addresses and highlights your knowledge, skills and capabilities to the questions below at minimum. 2. Offerors name, address, points of contact, telephone numbers, and e-mail addresses. 3. Offerors capability to perform, to include geographic span, logistic complexity, and project size. 4. Offerors business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Large Business Concerns. For 8(a) Contractors, please include proposed graduation date from the 8(a) program. 5. Does the contractor on a somewhat regular basis analyze the construction contract management process of major government agencies and/or the Corps of Engineers? a. If so, how often in the past 1-5 years? b. What was the overall scope and objective(s) of these analysis? 6. Does the Contractor compile and maintain statistical data on construction management costs for both government and private-sector major agencies such as the US Army Corps of Engineers or NAVFAC and or have accesses to such data? a. If so, how many years of data do you currently have on file or have access to the above data? b. List the agencies included in data and if they are private or government agencies? c. List the database you have access to and if they are from private or government agencies? 7. What is your current level of knowledge and understanding of the following: a. Army financial management policies and processes? b. Army financial management policies and processes relating specifically to construction management? c. Department of Defense contract management policies and processes? d. DoD contract management policies and processes specifically related to construction or design? e. USACE Project Management and Business Practices (PMBP)? f. USACE project management policies and processes specifically related to construction? g. US construction industry policies and practices and performance trends? h. Overseas construction industry policies and practices and performance trends?i. Army installation operations for department of public works? 8. Regarding your current corporate staffing: a. How many staff are former USACE or NAVFAC senior military or civilians with substantial, specific construction design or construction management? b. How many staff are former USACE or NAVFAC senior military or civilians with substantial, specific facilities engineering experience with BCE or Departmetn of Public Works (DPW)? 9. What experience do you have with Supervision and Administration (S&A)? a. Of Administrative Contracting Officer (ACO) policies/procedures? b. With Chief Financial Officer (CFO) Act in relation to the Project Management Business Process (PMBP)? c. International Organization for Standardization (ISO) in relationship to the PMBP or Construction Management Business Process (CMBP)? 10. What is your capability to manage multiple task orders (20-30) diverse skill sets and articulated in other questions with timeframes that are often very demanding. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested Offerors shall respond to this Sources Sought Synopsis no later than 2:00 pm, 15 January 2009. Responses can be submitted via standard mail to US Army Corps of Engineers, Humphreys Engineering Center Support Activity, 7701 Telegraph Road, Alexandria, VA 22315 or e-mail to Nancy.L.Hilleary@usace.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=166a629dad0ba41c4bc53b21388a5802&tab=core&_cview=1)
- Place of Performance
- Address: US Army Humphreys Engineer Center Support Activity ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA<br />
- Zip Code: 22315-3860<br />
- Zip Code: 22315-3860<br />
- Record
- SN01722964-W 20081224/081222215215-166a629dad0ba41c4bc53b21388a5802 (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 |