The RFP Database
New business relationships start here

QA Construction Phase Services: Border Infrastructure Program


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

SOURCES SOUGHT SYNOPSIS
For
Quality Assurance Construction Phase Services
In Support of the US Army Corps of Engineers
Border Infrastructure Program


[This solicitation is ONLY for Commercial CPS QA Services NOT under the Brooks Act and is different from W912PL-19-S-0001 which is for A/E QA Services]

This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the Sources Sought or resulting market research. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this sources sought synopsis.



The U.S. Army Corps of Engineers, Los Angeles District has a requirement for construction phase services (CPS) predominately in support of Department of Homeland Security programs. The proposed contracting tool will be firm-fixed price (FFP). Construction Phase Services are required to support construction activities and may include tasks supporting projects not yet in construction. .


The CPS requirement is currently estimated to be approximately $900M. Although these contracts are primarily intended to support DHS border infrastructure, they may also be used in support of other USACE programs within the boundaries of SWD and SPD such as civil works, military, IIS support and domestic disaster response and recovery operations.


The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Small Disadvantaged Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors.


The estimated maximum size of a task order/contract is $20M and the estimated smallest task order/contract size is $25K; the estimated average size of a task order/contract is $3M. The actual minimum and maximum task order/contract size, socio-economic set-asides, and geographic boundaries for the resulting contract(s) will be determined after the completion of market research, which includes an analysis of the sources sought capabilities statements received.


The North American Industry Classification System (NAICS) code for this procurement is 541611 (Administrative Management and General Management Consulting Services) which has a small business size standard of $15 Million


The CPS services that are likely to be required under the proposed contracts are: Quality Assurance (QA) representatives to support the construction management of Government contracts including such tasks as Quality Assurance surveillance of construction projects, attending weekly QA/QC meetings, preparing daily Quality Assurance reports, logging and distributing submittals and providing support for reporting and briefing requirements.. The firm(s) will act as an independent contractor and not as an agent of the U.S. Government and shall in accordance with the terms and conditions of the contract furnish all labor and supervisory management required for the performance of the work that will be described in separately issued task order scopes of work (SOW)



Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement.


Prior Government contract work is not required for submitting a response under this sources sought synopsis.


The services will be used for projects within the US Army Corps of Engineers South Pacific and Southwestern Division boundaries, to include the states of CA, NV, UT, AZ, and NM, TX, OK, AE and portions of OR, ID, CO, and WY. The Government will not provide any direct supervision of employees.


Based on the results of this sources sought, there could be multiple synopsis, one for Unrestricted (UR) firms and another for Small Business (SB) firms.


The contract(s) will include a base period, not-to-exceed (NTE) three (3) years and one (1) option period NTE two (2) years, for a total contract performance period NTE five (5) years. The total contract capacity for all contracts will not exceed an estimated $900,000,000.00.



Anticipated RFP/Notice issuance date is on or about 13 November 2019. The official synopsis/announcement citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.


Responses to this Synopsis shall be limited to the completed Sources Sought Response document included as an attachment to this Sources Sought and a capabilities statement that is no longer than three pages.


Interested Firms shall respond to this Sources Sought Synopsis no later than 31 May 2019. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts.


Email your response to: border.infrastructure@usace.army.mil


Main Point of Contact, Main Point of Contact, Email border.infrastructure@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP