DOCUMENT
C -- Sources Sought Construction Management (CM) Support Services - Attachment
- Notice Date
- 10/15/2018
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);8380 Colesville Rd, Suite 420;Washington DC 20001
- ZIP Code
- 20001
- Solicitation Number
- 36C10F19Q0002
- Archive Date
- 12/14/2018
- Point of Contact
- Derek Underwood, derek.underwood2@va.gov
- E-Mail Address
-
of
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This Sources Sought Notice is for market research purposes only in accordance with Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this source sought notice are advised that their response to this notice IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS and is not a request that will be considered for contract award. Responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Department of Veterans Affairs, Office of Construction and Facilities Management (CFM), Washington, DC is issuing this Sources Sought to determine potential Service-Disabled Veteran-Owned Businesses (SDVOSB) and Veteran-Owned Businesses (VOSB) with regard to upcoming requirement for Construction Management (CM) Services in support of the on-going construction projects. Project Description: The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM), Eastern Regional Office (ERO) intends to procure Construction Management (CM) services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for a twelve (12) month base period, and four sequential twelve (12) month option periods, against which individual task orders will be awarded. The objective of this contract is to provide the Government with a non-personal services contract with the required services are to include but are not limited to construction management services, construction administration services and claims services. The CM Services contractor should have the capability of providing a comprehensive program of project engineering, planning, scheduling, communications, design assessments, safety compliance, testing compliance, record keeping, construction administration, cost estimating /budget control, change management and Construction Reporting and documentation management control. The CM Services should the capability of providing 6 to 10 architects and engineers as additional support to our on-site Senior Resident Engineers on a non-personal services basis. The CM personnel may be required to perform constructability reviews, monitoring/inspecting, reporting, data entry, proposal review and coordination efforts as required. Shift work may be required to provide coverage. The CM Services contractor will also need to have the capability to provide a CPM Scheduler capable of developing, maintaining, and/or revising integrated master schedules, as well as a full-time Safety Specialist/Officer responsible for ensuring compliance. The successful CM firm will need to have the capability to provide CM employees within 2-3 weeks following any vacancy. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. All positions related to the service may be on-site or at contractor site during the period of performance. Government Furnished Property that holds information about the Chemical Weapons Stockpile will be provided. SDVOSB and VOSB Contractors having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. SDVOSB and VOSB firms must be registered in VA s Vendor Information Pages (VIP) site at http://www.vip.vetbiz.gov/ and System of Award Management (SAM) (https://www.sam.gov/ ) for responses to be considered and registration must be current to be eligible for an award. Responses should include the following information: (1) Company name, address, point of contact with phone number and e-mail address; (2) Business size determination and qualifying small business status; and (3) Construction Management experience of similar projects in size, scope, complexity, and dollar amount. ELIGIBILITY The applicable NAICS code for this requirement is 541330 with a Small Business Size Standard of $15 Million Dollars. The Product Service Code is R499 Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide a summary describing at least three (3) projects completed in the past five (5) years that demonstrate your company s experience in construction management support services with federal government construction projects. 3.) What specific technical skills does your company possess which ensure capability to perform the tasks? Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. Please submit capability packages and responses via email to Derek Underwood, derek.underwood2@va.gov and Katie Washington via email katie.washington@va.gov no later than 4:00 pm E.S.T. (eastern standard time) on November 15, 2018. The subject line state CM Services and [Company Name]. At this time no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION package. No phone calls will be accepted. All questions must be submitted to the persons identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/36C10F19Q0002/listing.html)
- Document(s)
- Attachment
- File Name: 36C10F19Q0002 36C10F19Q0002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4634795&FileName=36C10F19Q0002-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4634795&FileName=36C10F19Q0002-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10F19Q0002 36C10F19Q0002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4634795&FileName=36C10F19Q0002-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;Office of Construction and Facilities Management
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN05124041-W 20181017/181015230817-ade231b1ad06302495fa41c66253f0e6 (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 |