Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2016 FBO #5182
SOURCES SOUGHT

C -- Construction Management Services

Notice Date
1/29/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New Orleans, Attn: CEMVN-CT, PO Box 60267, New Orleans, Louisiana, 70160-0267, United States
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-16-SS-0003
 
Archive Date
2/19/2016
 
Point of Contact
Michelle Y. Lappen, Phone: 5048621612
 
E-Mail Address
michelle.y.lappen@usace.army.mil
(michelle.y.lappen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS FOR SOURCES SOUGHT INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The NAICS codes for this proposed acquisition is 541330. The project number for this announcement is W912P8-16-SS-0003. The Document Type: Sources Sought Notice Sources Sought Reference Number: W912P8-16-SS-0003 Posted Date: January 29, 2016 Original Response Date: February 4, 2016 Classification Code: S10 - A-E Services Set Aside: market research for set-aside: 8a, Woman Owned Small Business (WOSB), Hubzone (HZ), Service Disabled Veteran Owned Small Business (SDVOSB), etc. NAICS Code: 541330 - Engineering Services, professional, Scientific, and Technical Services Work is for Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Services Contract for Construction Management, Quality Assurance Activities, and Related Services within the Limits of the Mississippi Valley Division with Primary Use within the Limits of the New Orleans District Generally the project information will be as follows: a. provide construction management and quality assurance (QA) support, and related services to satisfy fluctuating needs and conditions b. provide the supervision, equipment, materials, labor, travel, lodging, and all means necessary to provide the USACE an immediate response for construction contract management capability c. require experience with construction management and construction QA for hydraulic structures such as locks, floodgates, flood control structures, floodwalls, levees, navigation structures, drainage canals and structures, pre-stressed and post tensioned concrete structures, pumping stations; marine structures such as bulkheads, dolphins, fenders, guide walls, jetties; highway work such as roads, culverts and bridges; and buildings such as storage facilities, pump houses, or offices related to the structures above, hydraulic and bucket dredging, stone placement and revetment operations, debris removal and other emergency services. d. perform contract administration document preparation, including development of quality assurance plans in accordance with Government policy and regulation; on-site inspection in accordance with QA plans for compliance with construction contract plans and specifications; and monitoring, documenting and reporting on construction contractor quality control, and monitor construction safety, site progress, and witness materials testing. Office engineers, construction managers, and office administration will be expected to perform submittal management, cost estimating, scheduling, contract modifications, resource budgeting, and various coordination and reporting tasks. e. knowledge of USACE commonly used software systems will be a consideration. f. Quality Assurance Construction Material Testing services may include laboratory and field material property testing and inspections for steel, soil, concrete, asphalt, masonry, steel coating, paint, welding, and fire proofing during construction. All laboratory facilities, personnel and equipment used to perform testing shall be part of a laboratory that has been validated by the USACE Materials Testing Center, Vicksburg, MS. g. Capacity is a serious consideration. We currently work with, on average, 60 A-E personnel, 55 of whom are quality assurance representatives (QARs), but this fluctuates. We also currently have approximately 100 open and active task orders. Disciplines considered will be, in order of importance, Quality Assurance personnel, Civil Engineers, Construction Managers, and subsequent disciplines are equal in importance to each other but are of less importance than the preceding disciplines, Structural Engineers, Geotechnical Engineers, Mechanical Engineers, Electrical Engineers, and Cost Engineers. h. Prime contractors must perform 51% of the work, as per FAR 52.219-14. All interested companies meeting stated criteria are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: 1) Firm name, address, telephone/fax numbers, CAGE code, DUNS number, and proof of an active SAM registry (www.sam.gov) 2) Proper certification showing company's socio-economic status. NAICS code is 541330, size standard $4,500,000.00 3) Past experience with construction management services work 4) List of existing teaming agreements in place with other businesses IMPORTANT: Responses must be limited to no more than 10 pages. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This sources sought notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Michelle at Michelle.Y.Lappen@usace.army.mil. Responses must be received no later than 1:00 pm, CST, Thursday, February 4, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-16-SS-0003/listing.html)
 
Place of Performance
Address: Primarily New Orleans District with potential throughout Mississippi Valley, United States
 
Record
SN04005472-W 20160131/160129234757-99c42ca04f6811043878860cc4550ba2 (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 |
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.