Federal Bid

Last Updated on 22 Dec 2015 at 9 AM
Combined Synopsis/Solicitation
Norfolk Massachusetts

Primavera 6 Support

Solicitation ID 806XD8020
Posted Date 25 Nov 2015 at 2 PM
Archive Date 22 Dec 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Norfolk Massachusetts United states
Primavera 6 Support SOW
1. Background:
The Industrial Operations Division of the Surface Forces Logistics Command (SFLC) needs support to facilitate implementation of its Industrial Project Management System (IPMS). IPMS is an integrated project management system with web-based Primavera 6 (P6) as the core component. The Industrial Operations Division is comprised of 20 Industrial sites and nine (9) Maintenance and Weapons Divisions (MWD) across the United States. They utilize IPMS/P6 for all project management and resource utilization tracking. The Central Management Office (CMO) and the Industrial sites have approximately 2 years of experience with P6 and the MWDs have just completed their transition to P6 (i.e. new users).
Due to increasing complexity of cutter and boat systems, pressure on budgets and increasing demands for cutters and boats to sustain mission readiness, the utilization of Industrial Operations Divisions project management (IPMS/P6) must directly support and provide benefit to the execution of depot level maintenance and therefore mission readiness. There is a gap between current depot level project management training, processes and practices and achievable project management best practices. This gap results in suboptimal resource utilization, over/underestimation of resource requirements, pose an excessive administrative burden, and overall lack of labor accountability. These factors increase costs and reduce maintenance capacity.
Current initiatives within the command will increase in accountability, cost effectiveness, standardization and transparency of depot level maintenance and is expected to place a larger burden on IOD resources. With this increase in demand, it is imperative that human and capital resources are being employed in the most efficient and effective manner.
This statement of work is to provide support for four (4) primary objectives:
a. To develop a core understanding of our business environment and operating parameters
b. To assess and evaluate the current implementation of Primavera 6 within the IOD
c. To develop recommendations for improved utilization of Primavera 6 to include but not limited to project structuring, data utilization, dashboard management, standard reports, resource management and user mentoring.
d. To assist in the development of P6 job and training aids.

1. Statement of Work:
1.1. The contractor will work with the Coast Guard Contracting Officer's Representative (COR). The COR will identify a project leader for each task established.
1.2. For each task established, the COR will provide specific objectives and deliverables.
1.3. For each task established, the contractor will provide the COR and project leader with a list of activities, participants and required data/information. The project leader will coordinate with the contractor and other entities to ensure the activities are supported.
1.3.1. For each task, the contractor shall brief the COR and project lead on the approach to execute the task.
1.3.2. Develop recommendations, with a business case, for executing task objectives which may include designing, training, implementing and coaching recommended improvements. The business case will include:
1.3.2.1. Discussion of the rationale behind the recommendations.
1.3.2.2. Estimated improvements in P6 capabilities, standardization, etc.
1.3.2.3. Estimated improvements in the field level operations, reduction in administrative process times and other costs/burdens.
1.3.2.4. Impact on quality of system data accuracy.
1.3.3. Provide deliverables outlined in task statement.
1.4. The contractor shall be provided with data and assistance to obtain relevant data as needed.

2. Locality Requirements
2.1. Due to USCG IT/network system security parameters, the Contractor must be able to provide on-scene and in person support at the Industrial Operations Division (IODs) Central Management Office (CMO) in Norfolk, VA.
2.1.1. Not all tasking work must be completed at the CMO.
2.1.2. Contractors outside the regional area shall be able to provide on-scene representation within 72 hours of written request by the COR.
2.1.3. All travel costs shall be included in the bid.

3. Qualifications:
3.1. The selected contractor will be a small business primarily engaged in Primavera 6 application support, implementation, training, and optimization.
3.1.1. The government is not interested in generalist contractors for this effort. Preference is for a contractor with documented experience with Primavera 6 in assessing, and supporting design and implementation of project management processes in government and non-government industries.
3.1.2. The contractor shall have been in business for at least five years, performing work as described in the statement of work as a prime contractor/consultant.
3.2. The contractor shall provide the names and resumes for the consultant(s) proposed to be doing the base item work associated with this project. The lead consultant will be specifically identified.
3.2.1. The lead consultant shall be an expert in this field with a minimum of eight years of experience conducting assessments of project management operations in preferably both government and non-government organizations, but non-government organizations at a minimum.
3.2.2. The resume shall include specific training and certification relevant to the project management and Primavera 6. Other certifications specific to maintenance and reliability expertise will be considered.

4. Evaluation Criteria:
4.1. This contract will be awarded on a best value basis. Technical factors and contractor qualifications are more important than price.
4.2. Scoring criteria:
4.2.1. Technical factors are 40% of total evaluation score.
4.2.1.1. Average years of continuous and relevant experience for contractor team members.
4.2.1.2. Depth of experience;
4.2.1.2.1. Diversity of experience; similar projects in industries, levels of government.
4.2.1.2.2. Listing of published works and projects done by the lead consultant. Published work must list the title, synopsis, where published/presented and year. These will be reviewed to evaluate experience and philosophy.

4.2.2. Contractor qualifications are 40% of the total evaluation score.
4.2.2.1. Preference is given to a small business entity under size standards for SIN 871, Professional Engineering Services.
4.2.2.2. Years in business performing project management as a primary service.
4.2.2.3. Proof of Primavera 6 project management as primary business; website, marketing materials, GSA contract description of services are examples.

4.2.3. Price is 20% of the total evaluation score.
4.2.3.1. Base contract for one (1) - forty (40) hour task to evaluate/assess IODs utilization of Primavera 6 for project management
4.2.3.2. Base contract for eight (8) - forty (40) hour task orders and associated deliverables. Task orders may be combined to support larger scope tasks or tasks may be divided into forty (40) hour increments.
4.2.3.3. Option to activate additional forty-hour task order increments in the base and four (4) option years.

Bid Protests Not Available

Similar Past Bids

Location Unknown 13 Aug 2012 at 2 PM
Agency Iowa 09 Mar 2011 at 4 PM
Center Kentucky 26 May 2009 at 10 PM
Location Unknown 27 Mar 2017 at 3 PM
Location Unknown 10 Jan 2018 at 10 PM

Similar Opportunities

San francisco California 08 Sep 2025 at 7 AM
San francisco California 08 Sep 2025 at 7 AM
Philadelphia Pennsylvania 21 Jul 2025 at 8 PM
Philadelphia Pennsylvania 21 Jul 2025 at 8 PM
New york New york 30 Nov 2026 at 5 AM (estimated)