Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2013 FBO #4141
SOURCES SOUGHT

R -- Space Planning, Design and Analytical Support Services - DRAFT Statement of Work

Notice Date
3/25/2013
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
EDOOM-13-000018
 
Archive Date
4/16/2013
 
Point of Contact
Desandre E. Woodard, Phone: (202)245-6175, Matthew Healey, Phone: 2022458459
 
E-Mail Address
desandre.woodard@ed.gov, matthew.healey@ed.gov
(desandre.woodard@ed.gov, matthew.healey@ed.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DRAFT Statement of Work Pursuant to Federal Acquisition Regulation (FAR) 10.002(b)(2)(iii) and FAR 5.2, the U.S. Department of Education (Department) is conducting market research to identify commercial companies capable of providing subject matter expertise and technical support for the Department’s Space Planning, Design and Analytical Support Service’s needs. This Request for Information (RFI) is issued solely for information and planning purposes. It does not constitute a formal solicitation or a promise to issue a solicitation in the future. This RFI does not commit the Department to contract for any service whatsoever. Furthermore, the Department is not seeking proposals and it will not accept unsolicited proposals in response to this RFI. Respondents are advised that the Department will not pay for any information or administrative costs incurred by any respondent in preparing and/or submitting a response to this RFI; and, all costs associated with responding to this RFI shall be borne by and be the sole and exclusive responsibility of the respondent. All submissions shall become the property of the U.S. Government and will not be returned. Respondents shall not include any proprietary or company sensitive information in their responses to this RFI. If a company elects not to respond to this RFI, it shall not be precluded from responding to any future related formal solicitation, if one is issued by the Department. The purpose of this notice is to obtain information regarding respondents’ capability to successfully perform the requirements provided in the draft Performance Work Statement (PWS). While the Department is interested in all responses, our preference is for qualified 8(a) small businesses to meet the Space Planning, Design and Analytical Support Services subject matter expertise and technical support needs. Small business size shall be based on North American Industry Classification System (NAICS) Code 541410. If another NAICS Code is equally applicable, the alternate NAICS Code should be included in the response along with written rationale. Interested companies will also have an opportunity to provide questions and comments on the attached Draft PWS. Description of Requirement The Department of Education’s (ED), Facilities Services’ (FS) office is responsible for the space planning, design, relocation, and related analytical support services for the ED occupied space in 9 buildings in the Washington, DC metropolitan area and 20 buildings in regional locations throughout the United States and Puerto Rico. Included in FS’s tasks is to provide the highest quality physical work environment for ED employees. FS is responsible for planning, establishing, directing, controlling, and implementing policy, standards and procedures governing all aspects of the following functions: space planning and management, facility management, rent, service calls, moves, furniture acquisition and disposal, warehouse management, and property management and inventory. In support of its responsibilities, FS requires support in the knowledge, skills and abilities listed below: · Working knowledge of the Computer Aided Facilities Management (CAFM) software, ARCHIBUS · Working knowledge of Computer Aided Planning (CAP 2020) software · Working knowledge of AutoCAD (most current version), with experience in space planning and construction document development · Knowledge of Building Owners and Managers Association (BOMA) standards · Ability to read and interpret DIDs and CDs · Ability to use Adobe Photoshop, PageMaker and Macro Media Flash · Ability to use Microsoft Office, specifically Project, Excel, Word and PowerPoint · Working knowledge of GSA’s Reimbursable Work Authorizations (RWA), Rent, IPAC and other billing processes · Working knowledge and experience with GSA’s Exhibit 54, a tool used to assist agencies in completing their space budget justifications · Ability to respond to customer’s changing priorities and meet deadlines · Ability to communicate clearly, courteously and effectively · Ability to communicate orally and in writing · Ability to deliver quality products and services that address customer needs In addition, personnel must possess knowledge of numerous Federal statutes, regulatory directives, and guides. These documents include, but are not limited to: · OMB Memoranda M-12-12, Promoting Efficient Spending to Support Agency Operations · Federal Managers Financial Integrity Act of 1982 (FMFIA) · Government Performance and Results Act of 1993 (GPRA) · Federal Acquisition Streamlining Act of 1994 (FASA) · Paperwork Reduction Act of 1995(PRA) · Clinger-Cohen Act of 1996 (CCA) · Interagency Security Committee · Local codes and/or regulations The Department anticipates that work will be performed on a firm-fixed-price (FFP) basis. Capability Statement Instructions for Interested and Qualified Small Business Contractors The Department is seeking capability statements from interested parties with demonstrated comprehensive understanding of and experience performing work that is the same or substantially similar to the required tasks stated in the draft PWS. The cover letter for the response to the RFI shall include the following information: 1. Company Name 2. Primary Business Address 3. Point of Contact (including name, title, telephone number, and e-mail address) 4. Business Size, including any and all SBA certified socio-economic categories 5. Criteria for meeting business size (i.e., number of employees and/or gross annual receipts) 6. Relevant General Services Administration contract number(s). Respondents should provide the GSA contract number, the GSA Federal Supply Schedule against which the contract was awarded, and the current period of performance for each GSA contract number provided in response to this RFI. 7. Contractor Central Registration (CCR) and Online Representations and Certifications Application (ORCA) registration confirmation The capability statement shall contain the following information and be limited to ten (10) pages, excluding questions and resumes, using no smaller than 12-point font that is double-spaced: organization capability; 2. staff with the required knowledge, skills, and experience summarized above and contained in the attached Draft Performance Work Statement; and, 3. related organizational experience in providing the same or significantly similar subject matter expertise and technical support to that which is contained in the attached Draft PWS. Resumes may be provided in an appendix to the capability statement. Each resume shall not exceed 3 single-spaced typed pages using no smaller than 12-point font. The response may also include questions regarding the Performance Work Statement in one double-spaced, 12-point font, typed page. Submit capability statements, questions, and comments to Desandre.Woodard@ed.gov and Matthew.Healey@ed.gov on or before 10:00 a.m. Eastern Time, April 1, 2013. All information submitted should support the capability to provide the services required. The response must be in writing and must provide clear and concise documentation indicating capability to provide these services. Oral communication will be not accepted in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/EDOOM-13-000018/listing.html)
 
Place of Performance
Address: U.S. Department of Education, Washington, District of Columbia, 20202, United States
Zip Code: 20202
 
Record
SN03019907-W 20130327/130325234158-638fafc154b1f39edff84f82119be90e (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.