SOURCES SOUGHT
R -- STATE OFFICE SECURITY PROGRAM MANAGER / CONSTRUCTION SUPERINTENDENT
- Notice Date
- 11/5/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207, United States
- ZIP Code
- 20510-7207
- Solicitation Number
- 2015-S-019
- Archive Date
- 12/4/2014
- Point of Contact
- Nicole A. Barnes,
- E-Mail Address
-
acquistions2012@saa.senate.gov
(acquistions2012@saa.senate.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR OUTSOURCING OF STATE OFFICE SECURITY PROGRAM MANAGER / CONSTRUCTION SUPERINTENDENT. The purpose of this Request for Information (RFI) / Sources Sought synopsis is to gain knowledge of qualified industry sources and/or candidates who possess extensive practical knowledge of construction procedures and practices, guidelines, materials, and equipment used in small to medium commercial physical security projects. The qualified candidate shall have knowledge of construction guidelines, to include but not limited to, understanding plans and specifications, safety and technical manuals, reference standards, standard practices of the construction industry, agency instructions and procedures, and contracting rules and regulations. This position requires the candidate to have resourcefulness and perception based on experienced judgment to deviate from standard construction practices and methods in solving problems for which precedents are not directly applicable. This is a contract position located in the United States Senate, Office of the Sergeant at Arms (SAA) to support the State Office Readiness Program. The contractor will review and coordinate simple to complex construction projects in support of physical security projects in Senate state offices nationwide. This is not a request for proposal and in no way obligates the Senate in an award of a contract. This RFI/sources sought synopsis contains the most currently available information. This information is subject to change at any time. Requirements are stated in terms of minimum capabilities and characteristics required by the Senate. REQUIREMENTS: The key functional areas under consideration include, but are not limited to, the following: 1) The contractor shall have a minimum of five (5) years in the construction industry; 2) Must be highly knowledgeable in electric codes and capabilities; construction methods; building codes (IBC, IMC, NEC, and NFPA) across the continental U.S., Alaska, and Hawaii; 2) T he contractor shall have the ability to identify, read, and understand electrical schematics, as well as architectural drawings, to include verifying requirements set by architects and engineers; 3) The ability to work with local general contractors, locksmiths and electricians, and review proposals to ensure materials, installation timelines and work methods are accurate and built according to the order sheet issued by the U.S. Senate Sergeant at Arms; 4) Provide the general contractor all relevant drawings, cut sheets, and any other items needed to understand the requirements of the scope of their work.; 5) Assist the general contractor (as needed) in submitting an estimate to the project team and provide technical support to the project team (to include pricing and labor evaluation) for use in obtaining project funding, change order or bid; 6) Prepare statements of work, order sheets or other binding specification performance standards for review by the Sergeant at Arms personnel; 7) Maintain a schedule of key milestones and office visits by general contractors and other vendors, and notifying the project team of all missed appointments or scheduling conflicts; 8) Maintain records in an on-line database of all contact with other vendors concerning on-going projects; 9) Develop and validate procedures and checklists used by personnel in completing construction program or project tasks; and, 10) Participate in meetings to plan and coordinate projects. RESPONSES: In responding to this RFI/sources sought synopsis, provide candidates resume and a brief description stating your qualifications to perform each of the mandatory requirements listed above. Your response to each requirement must include paragraph numbering identifiable to the requirements listed above. The submission must also include past performance experience /information relative to the requirements for a minimum of three contracts of similar scale, less than two years old that involve use of knowledge and capabilities relevant to those necessary to meet the Senate's requirements. Past performance references shall include contract number, customer name, address, telephone number, email address, and brief synopsis of work performed relevant to requirements listed above. Submission in response to this notice must include company name and address, including your Dunn and Bradstreet number (if applicable) and contact information to include telephone, fax and e-mail address. The information contained in this notice will be the only information provided by the Senate during the RFI/Sources Sought process. All qualified sources should respond to this notice by submitting an information package in accordance with the instructions provided. Contractors responding to this notice and deemed qualified by the SAA may be requested to submit a proposal in response to a solicitation. Only contractors deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation during the second quarter of Fiscal Year 2015. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request. INSTRUCTIONS: Responses to this RFI/ Sources Sought request are due to the POC no later than November 19, 2014, at Noon and shall be submitted electronically via email only to the attention of Nicole A. Barnes at acquisitions2012@saa.senate.gov. The subject line of the email message shall be: "STATE OFFICE SECURITY PROGRAM MANAGER / CONSTRUCTION SUPERINTENDENT". No other method of transmittal will be accepted. The response shall not exceed twenty-five (25) pages. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor's information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2015-S-019/listing.html)
- Place of Performance
- Address: Washington, DC, Washington, District of Columbia, United States
- Record
- SN03566843-W 20141107/141105234357-597d660501b594ec6ce4783d95f00752 (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 |