Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOURCES SOUGHT

H -- Construction Management Services for the Louisville District US Army Corps of Engineers

Notice Date
8/21/2020 8:14:03 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-CMS_LRL
 
Response Due
9/4/2020 10:00:00 AM
 
Archive Date
09/19/2020
 
Point of Contact
Joshua Westgate, Phone: 5023156207
 
E-Mail Address
joshua.k.westgate@usace.army.mil
(joshua.k.westgate@usace.army.mil)
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, and Service Disabled Veteran Owned Small Businesses. If you are interested in this project, please respond appropriately. Title: An Indefinite Delivery Indefinite Quantity (IDIQ) Base Contract for Construction Management Services (CMS). Type of action: Base IDIQ Contract award, for the purpose of providing professional, administrative and management services for construction management services (CMS) support at various civil and military construction offices/projects primarily 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. The scope of services includes providing assistance to the US Army Corps of Engineers in its CMS mission at various projects in the above service area. Duration of the IDIQ contract is for one (1) base year and up to four (4) option years may be awarded 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: 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); Review 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 duties such as drafting change documents, preparing cost estimates, reviewing schedules (CPM analysis), drafting correspondence, reviewing contractor proposals, participating in various communications with contractors, customers and internal staff, records establishment and 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 structural 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 projects; 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 expert 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. Contract duration is a one (1) year base and four (4) option years. The estimated capacity of the IDIQ contract is not to exceed $9,000,000.00. NAICS code is 541611. All interested Small Businesses, certified HUBZONE, 8A, Woman- Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 4 September 2020 by 1:00 P.M. Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Entity Identifier Number and CAGE Code(s). 3. Respondents must also provide a brief narrative that includes the following: The firm's capability to support military and civil environmental programs for several federal agencies including but not limited to Army, Army Reserves, National Guard, Air Force, Navy, Marine Corps, Defense Logistics Agency, other Department of Defense Services and other Federal Agencies. The contractor will be required to perform services at federal/military and civil works projects primarily 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. NOTE: Responses may show work on non-federal projects The CMS services may consist of, but not be limited to, the following disciplines and skills: Medical Gases (NFPA 99) Life Safety Code (NFPA 101) National Electric Code (NFPA 70) Plumbing (IPC) Fire Protection Systems (NFPA 13 & 72) HVAC/TAB (ASHRAE/AABC/NEBB) Building Commissioning Communications & Security (IT, Nurse Call/Code Blue, Imaging & IDS/PACS, ICD 705) Biomedical Engineering (CT, PET, CATH, MRI, etc.) Transport/Equipment (Patient Lifts, Elevators, Transport Systems, Pneumatic Tube, Food Service, Sterilizers, Mortuary, & Laboratory) Dredging Welding Inspection Painting and Metalizing Inspection Environmental HAZWOPER, site sampling (40 hour HTRW course and current 8 hour refresher) Airfield Paving and Concrete Job Descriptions and Personnel include but are not limited to the following: Contract Surveillance Engineering Technician Levels I through IV (Civil, Mechanical, Electrical) Engineering Technician (Materials) Industrial Hygenist Senior and/or Junior Draftsman Project Scheduler Cost Estimator Administrative NOTE: Total submittal package shall be no longer than 10 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Josh Westgate at Joshua.K.Westgate@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. ****************************************************************************** All contractors must be registered in the System for Award Management (www.SAM.gov) to do work with the government. An active SAM registration isn't required to submit on this market survey. Those not currently registered can obtain registration by going to the website http://www.SAM.gov and are highly encouraged to begin the registration process. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. PLEASE NOTE: SAM is completely free of charge for both registrants and users. An active SAM registration is not required to submit on the market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4fbb23d2ea944a6dad3b6c57cc2d8847/view)
 
Record
SN05769691-F 20200823/200821230208 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.