The RFP Database
New business relationships start here

FY17 Construction Management Services SATOCs


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT FOR A NEW CONSTRUCTION MANAGEMENT SERVICES (CMS),SINGLE AWARD TASK ORDER CONTRACTs.

This is a SOURCES SOUGHT announcement ONLY. This notice is for market research purposes only and IS NOT a request for proposal, quotation or bid. The Government will not reimburse respondents for any costs incurred in preparation of the response of this announcement.


INFORMATION: This is a Sources Sought Synopsis announcement for information to be used for preliminary planning purposes. The information received will be used within the Army to facilitate the decision making process and will not be disclosed outside of the agency. It is anticipated that the Construction Management contracts will be open to all large and small businesses.


PROJECT DESCRIPTION: A-E Indefinite Delivery Contracts, USACE Baltimore District. The solicitation will be for multiple, Single Indefinite Delivery Contracts (SATOCs) to provide Construction Management Services to support the Baltimore District. The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel and capabilities for five (5) Single Award Task Order Contract (SATOC)s for multi-discipline Construction Management Services (CMS), each at $9,900,000.00 for a total of $49,500,000.00. The SATOCs will be awarded for five(5)contracts, two (2) to large businesses and three (3) to any socio-economic small businesses. These awards will have an ordering period of five (5) years. Construction Management Services contracts are required to support NAB's Construction mission as well as its external customers.


The work anticipated includes but not limited to: preparing comments citing specific inspection deficiencies on review of various documents; properly documenting, filing and storing program documents for long term storage; timely review of any submittals to allow for the Government response to contractors timely; coordinate progress payments; provide a variety of schedules and scheduling analyses to include but not limited to program evaluations or critical path methods analysis; make recommendation with regard to construction contract modifications, scope development, elements of measuring and estimating cost, and time; review and provide technical support in response to Request for Information; produce and provide cost reports; provide market research support; review contractor's pay request; perform warranty inspections; review , analyze and oversee execution of commissioning plans; provide QA inspection reports and prepare monthly and quarterly project management "dashboard" reports.


Interested parties shall be prepared to demonstrate how this requirement will be met, as meeting this requirement will be evaluated in determining the successful offeror once a solicitation is issued.


The Government is seeking to identify qualified large and small business sources under North American Industry Classification System (NAICS) 541330 (Engineering Services). The small business size standard is $15M. Qualified sources are encouraged to submit responses to the following considerations. (Please note the Government shall not reply or provide any evaluation of the responses). Please limit responses to a maximum of
15 pages in length.


1. General
a. Business Name.
b. Business Address.
c. Cage Code.
d. NAICS (list all NAICS under which your firm is registered).
e. Responsible Point of Contact.
f. Small Business Classifications: (8(a) small business, service-disabled veteran owned small business, HUB Zone small business, Small Disadvantaged business, Woman Owned, Minority, Native American small business.
(Indicate all applicable classifications and, if self-certified).
g. Identification of Joint Ventures (Business Name, Business Size and Cage Code of JV)


2. Capabilities
a. Please provide a description of the services your company provides as it relates to the description of work provided in this notice, especially as related to the desired capabilities.
b. Please provide a description of the range of geographic locations that can be supported by your company.
c. Please provide a brief description of relevant SATOC experience to include contract number, types of services, dates of the contract performance, value of the contract, and number of awarded task orders.
d. Please provide a description of your company's ability to support classified work to include level of security classification.


3. Small Business Considerations
a. Large Business: Please provide a general description of subcontracting opportunities extended to small businesses, to include types of services and complexity of work, to include examples of past related projects.
b. Small Business: Please provide a description of your company's capability to perform at least 50% of the effort if subcontracting and if, known, identify the team member subcontractor. If large business subcontractors are utilized, please provide examples of past related projects.


All responses are requested by 1200 EST on November 1, 2016. Please send questions and/or responses to Mark Cap, Mark.Cap@usace.army.mil, phone: 443-853.2061.


North Atlantic Division's area of operation (Connecticut, Delaware, Washington D.C; Massachusetts, Maine, Maryland, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, and West Virginia)


 


Mark Cap, Phone 4438532061, Email mark.cap@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP