MODIFICATION
R -- SMS BUILDER
- Notice Date
- 12/22/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-16-L-0014
- Archive Date
- 2/3/2016
- Point of Contact
- Joan Rensink, Phone: 2514416172
- E-Mail Address
-
joan.a.rensink@usace.army.mil
(joan.a.rensink@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on an Indefinite Delivery/Indefinite Quantity (ID/IQ) for Professional Services for the Mobile District, U.S. Army Corps of Engineers to provide support personnel for SMS BUILDER implementations at various military and government installations. The SMS BUILDER Suite will enhance the ability of the installation Master Planner to assess the inventory condition index (CI), simulate different funding scenarios in the development of the 5 year work plan, and develop the most cost effective use of scarce maintenance and repair funds. The proposed contract duration will be five (5) years. This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates a future IDIQ procurement to acquire Professional Services under individual task orders throughout the Mobile District Area of Responsibility (AOR) for program coordination, facilitation, liaison and user support, data analysis, quality control/quality assurance by authenticating data collection, accuracy and entry processes and procedures associated with the SMS BUILDER assessment and sustainment initiative, and to provide technical user based training for the SMS BUILDER initiative for the Mobile District SMS BUILDER programs. The majority of the work will be in the continental United States; however, work may be located at any location as may be assigned to the Mobile District including OCONUS locations. Required services include ALL phases of USACE Mobile District SMS BUILDER projects from preliminary planning activities through generating user work plans and facility reports. The selected firm must have, either in-house or through consultants, SMS BUILDER trained personnel with a thorough knowledge of facility and building systems, SMS BUILDER web-based software application and BRED software, SMS BUILDER data manipulation, and construction quality management to include the following disciplines: (1) Project Manager; (2 ) Information Technology and Information Management; (3) Facility Operations and Maintenance; (4) Earned Value Management; (5) Engineering Services; (6) Data Analyst; and (7) Quality Control/Quality Assurance. The firms and individuals shall have experience with (1) Information Management and the comprehensive use of the SMS BUILDER software; (2) facility condition assessment process to include the use of BRED; (3) facility operations and maintenance; (4) planning activities, such as annual and 5 year work plan development; (5) construction plans and specifications; and (6) cost estimating. In supporting work in OCONUS locations having a U.S. Passport is necessary, but not initially required. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 Engineering Services with a Small Business Size Standard of $4 million. A secondary NAICS code of 541690 Other Scientific and Technical Consulting Services is desired, but not required. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include a copy of the third-party certification as an Economically Disadvantaged Woman-Owned Small, include any designations such as Small Business, HUBZone, Section 8(a) contractors, Service Disable Veteran owned Business, Small disadvantaged Business, Women Owned Business and Large Business concerns shall be indicated on first page and second page of submission. 3. Description of firm's capability to provide the SMS BUILDER planning, support and training services; manage the disciplines as subcontractors or in-house resources; and capacity to execute at least 3 task orders under this IDIQ simultaneously. 4. Past performance/experience on IDIQ contracts of similar scope, describing no more than five (5) IDIQ contracts complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the Services to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Interested Offerors shall respond to this Sources Sought Synopsis no later than January 19, 2016. ALL RESPONSES MUST BE EMAILED to Joan Rensink, Contract Specialist at: Joan.A.Rensink@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-16-L-0014/listing.html)
- Place of Performance
- Address: See Statement Above, United States
- Record
- SN03976359-W 20151224/151222234701-ca6cc7fc09115256d9d942b8945ed0e1 (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 |