Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2017 FBO #5818
SOURCES SOUGHT

C -- Construction Management Services for NY District, primarily within NY and other USACE locations within NAD/MSC Boundaries including Fort Hamilton, NY, USMA West Point, NY, Fort Drum, NY, Picatinny Arsenal, NJ, and McGuire/Dix/Lakehurst Base, NJ

Notice Date
10/26/2017
 
Notice Type
Sources Sought
 
NAICS
#541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-18-S-0003
 
Archive Date
11/24/2017
 
Point of Contact
Ivan V. Damaso, Phone: 9177908176
 
E-Mail Address
ivan.v.damaso2@usace.army.mil
(ivan.v.damaso2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT for the purpose of obtaining market research only. No proposals are being requested nor accepted under this announcement. The U.S. Army Corps of Engineers, New York District, will use information obtained under this sources sought to develop an acquisition strategy to meet the requirements for construction management services. This is a Small Business Sources Sought announcement seeking only Small Business responses in order to determine Small Business participation in the acquisition. No reimbursement will be made for any costs associated with providing information in response to this announcement. The intent of this announcement is to access industry's small business concerns (including 8(a), Historically Underutilized Business Zone (HUBZone), and Service-Disabled Veteran-Owned Small Business (SDVOSB)), and all small businesses under the size standard, capability, and interest in performing construction management services. The designated North American Industry Classification System (NAICS) Code for this acquisition is 541330, with a size standard of $15,000,000.00. The New York District, Corps of Engineers, intends to award a Construction Management Services Contract, which includes but is not limited to, design and constructability reviews, meeting minutes, record keeping, budget and schedule monitoring and control, inspection, reporting progress, safety monitoring, meeting arrangement and attendance, submittal processing, testing, progress payment processing, responding to information requests, construction cost estimating, contract modification preparation, claims prevention and claims processing, monitoring labor provisions, photo documentation, and other services. Incidental design and engineering management services may be performed relative to the performance of construction management services. The A/E project team has the ability to provide design phase services in the basic disciplines (i.e. architectural, civil, structural, mechanical, and electrical) as well as corrosion control, seismic upgrade, and abatement of hazardous materials. The A/E project team has the capability to perform the basic construction management disciplines (i.e. architectural, civil, structural, mechanical, and electrical) as well as commissioning with in-house personnel; joint venture or firm / consultant arrangements will be considered and evaluated for demonstrated interdependency of the members to provide services in the basic disciplines as well as specialty fields. The above mentioned design services will only be incidental to and in support of the Construction Management Services the A/E will be performing. This contract will require experience in both Military Construction and Civil works projects. For the purposes of this IDC, Military construction experience is to include vertical construction and any horizontal construction related to those efforts. Similarly, Civil works experience is to include experience in the areas of dredging & beach fill operations, shoreline protection, hurricane & storm damage reduction, flood risk management, beach erosion control, wetlands creation, and locks and dams. Responses are limited to 20 pages including the cover page and shall include the following: -Small Business status under NAICS Code 541330, for example 8(a), Women-Owned, Service Disabled Veteran-Owned -DUNS Number -CAGE Code -Registered in System for Award Management (SAM) -Relevant past performance on same/similar work dating back to the last three years and the company's capability to do this type of work. All responses shall be submitted via email to Mr. Dennis Lopez at dennis.j.lopez@usace.army.mil within 14 calendar days of the original posted date on Federal Business Opportunities (FedBizOpps).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-18-S-0003/listing.html)
 
Record
SN04723705-W 20171028/171026230832-36c7f2bee8be7056d9888b41c7de9ae1 (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.