Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2011 FBO #3554
SOURCES SOUGHT

R -- SOURCES SOUGHT NOTICE FOR PARTNERING FACILITATOR SERVICES IN SUPPORT OF SEATTLE DISTRICT, US ARMY CORPS OF ENGINEERS, WASHINGTON

Notice Date
8/16/2011
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW11Q0163
 
Response Due
8/31/2011
 
Archive Date
10/30/2011
 
Point of Contact
Sharon Gonzalez, 206-764-3478
 
E-Mail Address
USACE District, Seattle
(sharon.j.gonzalez@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Seattle District, US Army Corps of Engineers, Seattle, Washington, is seeking small business concerns within the District's supported geographic boundaries (Washington, Oregon, Idaho, Montana) capable of performing Corps of Engineers design and/or construction partnering facilitator services anywhere within the District's supported geographic boundaries (Washington, Oregon, Idaho, Montana). The Government contemplates a BPA (Blanket Purchase Agreement) to provide Corps of Engineers design and/or construction partnering facilitator services at Seattle District project locations within the District's supported geographic boundaries. The potential Master Agreement term is for 3 years. We intend to award multiple BPA Master Agreements with accumulative maximum potential value of $300,000.00 between all agreements, and Individual task orders will not exceed $10,000.00. All small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The appropriate NAICS Code is 541611, size standard is $7.0 million, THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the Contracting Office a brief capabilities statement package (no more than 20 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this survey. This documentation shall address, as a minimum, the following: (1) Company profile: Provide number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. (2) Relevant Experience: Provide relevant experience performing efforts of similar scope and duration within last five (5) years, including contract number, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the services described in paragraph (3) Description of Services, below. (3) Description of Services: The government contemplates contracting for design and/or construction Partnering Facilitator services in support of Seattle District requirements as follows: a) Partnering Facilitator Qualifications: Partnering facilitators will be required to fulfill the following requirements: 1) Demonstrate familiarity with project partnering concepts and implementation, as defined and practiced by the US Army Corps of Engineers. 2) Demonstrate prior experience successfully facilitating Corps of Engineers Design and/or Construction Partnering sessions. 3) Be available to perform the work with no more than a thirty (30) day advance notice. b) Pre-Partnering Session Activities: Prior to each partnering session, the facilitator will contact key personnel from each major stakeholder group represented, by phone, to introduce themselves and discuss project (and/or issue) concerns and opportunities in preparation for the partnering session. c) Post-Partnering Session Activities: Following each partnering session, prepare and transmit minutes documenting all discussions and activities of the partnering session, to include documentation of agreements reached by partnering session participants. d) Facility and Installation Access: The partnering facilitator may be required to provide facilitator services at any Seattle District facility, project site or office, or on supported military installations within District boundaries; and will be required to obtain installation vehicle and visitor passes to access facilities and project sites in support of facilitator requirements in accordance with current applicable installation security access procedures and requirements. Seattle District and installation web sites and visitor centers can be contacted for access information. Primary military installations supported by Seattle District include: Joint-Base Lewis-McChord, Washington; Fairchild Air Force Base, Washington; Mountain Home Air Force Base, Idaho; and Malmstrom Air Force Base, Montana. e) Schedule and Session Durations: Partnering sessions will typically be from four (4) to eight (8) hours in duration, and scheduled on weekdays (Monday-Friday), between 6:00AM and 6:00PM; which may require weekend travel for some locations. Initial design or construction partnering sessions will be not more than eight (8) hours in duration. Follow-up or supplemental design or construction partnering sessions will be about six (6) hours in duration. Special partnering sessions may be conducted in support of Seattle District projects, with nopartnering session expected to be less than four (4) hours in duration. f) Typical Partnering Session Sequence of Activities: 1) Provide/lead introductions/purpose/logistics 2) Confirm project delivery team-suggested partnering issues/topics 3) Conduct partnering session (with breaks, as necessary) 4) Review preliminary partnering agreement content and collect stakeholder signatures for final partnering agreement document 5) Summarize conclusions, action Items, commitments and schedule agreements This package shall be sent by e-mail to the following address: sharon.j.gonzalez@usace.army.mil and clearly labeled with the form name and sources sought title: Corps of Engineers Design and Construction Partnering Facilitator Services BPA for Seattle District, US Army Corps of Engineers, Washington. Submissions must be received at the office no later than 2:00 PM, Pacific Time on 31 August 2011. Questions and comments regarding this notice may be addressed to sharon.j.gonzalez@usace.army.mil, (206) 764-3478.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW11Q0163/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02536027-W 20110818/110816235526-ae927c43656e4df0520ab448551c41dd (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.