SOLICITATION NOTICE
R -- Indefinite Delivery contract for Construction Management Services, Louisville District boundaries in United States and Puerto Rico
- Notice Date
- 2/20/2008
- Notice Type
- Solicitation Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-08-R-0017
- Response Due
- 4/4/2008
- Archive Date
- 6/3/2008
- Point of Contact
- Debra Bruner, 502-315-6208
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Louisville
(debra.c.bruner@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Proposed contract for Indefinite Delivery Contract for professional, administrative and management services for Construction Management Services (CMS) support to assist the U. S. Army Corps of Engineers civil and military construction offices primari ly within the Great Lakes and Ohio River Division but could be used anywhere within the Louisville District Mission Boundaries throughout the United States and Puerto Rico. Duration of each contract is for one base year and up to four option years may be a warded after base year performance. Each request for CMS services will be ordered by task order under a solicitation to the contractors. All task order work is considered to be non-personal services and will have a duration set forth with each task order. The support services may include, but are not limited to the following - full or part time on-site construction inspection/oversight with special consideration for safety, as set forth both by OSHA and Corps of Engineers Safety Manual (EM 385-1-1); Revie w of submittals, safety plans and shop drawings for contract compliance; review of actual work performed to evaluate compliance with contract terms, contract schedule and make recommendations for contractor's monthly earnings; general office engineering du ties such as drafting change documents, preparing cost estimates, reviewing schedules, drafting correspondence, reviewing contractor proposals, participating in various communications with contractors, customers and internal staff, records establishment an d maintenance; conducting quality assurance and safety meetings with contractors; coordinating work activities with customers and contractors; preparing daily quality assurance reports and other incidental reports; provide technical expertise related to st ructural steel erection, painting, masonry, site work, interior finishes, roofing, electrical, mechanical, civil, and examination of welds, NFPA Life Safety Code, testing and other expertise/service related to construction for both civil and military proje cts; providing computer expertise in commonly used software for letters, data base, spreadsheet, communications and other applications as appropriate; construction management for over-all surveillance and management of construction projects or offices from conducting preconstruction conferences through final inspection and close-out; providing engineering, technical, clerical and administrative support personnel related to the above services, including contract interpretation and recommendations; provide ex pert testimony or opinions or reports in connection with any of the above in support of change/claim/dispute administration; HTRW certified staff may be required for oversight of hazardous waste removal and disposal. The CMS services may consist of, but n ot be limited to, the following disciplines and skills: Senior and/or Junior Construction Representative; Senior and/or Junior Inspector, Project Manager, Chemical Engineer; Chemist; Senior, Mid and/or Junior level Civil/Structural Engineer; Civil Engineer Technician; Electrical Technician; Senior and/or Junior Environmental Engineer; Geologist; Industrial Hygienist; Senior and/or Junior level Mechanical Engineer; Mechanical Technician; Senior and/or Junior Draftsman; Engineering Technician Levels I through VI; Project Scheduler; and contract administrative staff and other disciplines or areas of expertise in any facet of construction or construction contracts. Task order may be on short notice. Contractor transportation will be required when travel during duty hours is necessary. Travel per mile and travel per diem rates will be reimbursed at GSA/Joint Travel Regulation rates. Actual place of performance will be identified by task order. Wage determinations will be included with each order. THIS PROCUR EMENT IS A TOTAL SMALL BUSINESS SET ASIDE. The Government intent is to award no more than four Indefinite Delivery contracts from this solicitation. The approx imate issue date for this solicitation is 5 March 2008. The approximate closing date will be 4 April 2008 by 3:00 p.m. local time. The evaluation factors will consist of Past Experience, Management Resource Information, Past Performance/Quality Informati on, and the narrative in response to the sample project. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Proposals from this solicitation will be evaluated on best value. This solicita tion is available by downloading from the Internet only. The project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the files for this project requires registr ation at the Federal Technical Data Solutions (FedTeDS) website http://www.fedteds.gov. Downloads are available only through the FedTeDS website. Total contract is for the maximum amount of $12,500,000 for the five years total contract limitation. No in dividual task order can exceed $1,000,000. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY. Point of Contact is debra.c.bruner@usace.army.mil. The NAICS code for this project is 561210.
- Place of Performance
- Address: US Army Corps of Engineers, Louisville District 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Country: US
- Zip Code: 40202-2230
- Record
- SN01512879-W 20080222/080220225655 (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 |