Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912DQ22R7000
Amendment 0004 (January 13, 2022): Combined Synopsis / Solicitation W912DQ22R7000 is hereby amended to remove the following language "Profit will be negotiated on a per task order basis" from the Inst...
Amendment 0004 (January 13, 2022): Combined Synopsis / Solicitation W912DQ22R7000 is hereby amended to remove the following language "Profit will be negotiated on a per task order basis" from the Instructions to Offerors and the Price Schedule. The proposal response date and time has been extended to Tuesday, January 18, 2022 at 10:00 AM CST. All other terms and conditions remain unchanged. See attachment for additional details. *************************************************************************************** Amendment 0003 (January 11, 2022): Combined Synopsis / Solicitation W912DQ22R7000 is hereby amended to provide Government responses to submitted Request for Information (RFIs). All other terms and conditions remain unchanged. See attachment for additional details. *************************************************************************************** Amendment 0002 (January 7, 2022): Combined Synopsis / Solicitation W912DQ22R7000 is hereby amended to provide Government responses to submitted Request for Information (RFIs). All other terms and conditions remain unchanged. See attachment for additional details. *************************************************************************************** Amendment 0001 (December 30, 2021): Combined Synopsis / Solicitation W912DQ22R7000 is hereby amended to provide FAR provision and clause fill in language erroneously omitted. In addition, Section 1.5.18 Reporting of Contractor Labor Hours fo the base Performance Work Statement (PWS) has been deleted in it's entirety. Previously numbered section 1.5.19 Inherently Governmental Functions / Personal Services is now Section 1.5.18. All ofther terms and conditions remain unchanged. See attachment for additional details. *************************************************************************************** The U.S. Army Corps of Engineers (USACE) Kansas City District (NWK) has a professional service requirement for facilitated partnering services. This acquisition is to procure technical and administrative services to prepare and facilitate group partnering workshops and to assist government personnel in developing expertise to plan and facilitate informal team led sessions. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.603 as supplemented with additional information included in this notice (see attachments). This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is W912DQ22R7000 and is being issued as a Request for Proposal (RFP). This solicitation is intended to result in the award of a Firm Fixed-Price (FFP), Indefinite Delivery / Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC). This procurement is a 100% Small Business Set-Aside. The associated North American Industry Classification system (NAICS) code is 541611 – Administrative Management and General Management Consulting Services, with a size standard of $16,500,000. All responsible sources may submit a proposal, which will be considered by the agency. Offers are due ON THE DATED AND TIME SPECIFIED IN BOX 8. Offers shall be submitted in PDF via e-mail to kris.a.huber@usace.army.mil and sierra.s.marshall@usace.army.mil. All offers must be valid for at least 60 days from offer due date. It is the offeror's responsibility to ensure receipt of proposals by the time and date stated herein. If you have any questions please contact Ms. Kris Ann Huber, Contract Specialist and Ms. Sierra Marshall, Contracting Officer at kris.a.huber@usace.army.mil and sierra.s.marshall@usace.army.mil.