Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2023 SAM #7785
SOURCES SOUGHT

R -- Construction Management

Notice Date
3/20/2023 8:46:46 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
SS23-09
 
Response Due
3/30/2023 1:00:00 PM
 
Point of Contact
Jillian Staskin, Phone: 3034976463
 
E-Mail Address
jillian.staskin@nist.gov
(jillian.staskin@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This announcement constitutes a Sources Sought Notice.� THIS IS NOT A REQUEST FOR QUOTATION (RFQ) OR REQUEST FOR PROPOSAL (RFP) BUT FOR INFORMATION AND PLANNING PURPOSES ONLY.� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information request not will it compensate any respondent for any cost incurred in developing information provided by the Government. The National Institute of Standards and Technology anticipates a requirement for construction management services.� The North American Industry Classification Systems (NAICS) Code proposed is 541330 and the small business size standard is $22.5 million. The possible requirement is for a Blanket Purchase Agreement (BPA) for a Construction Manager as Agent (CMa) to support the program of facility design and construction projects on both NIST campuses, in Gaithersburg, MD, and Boulder, CO, for a microelectronics metrology facilities improvement and expansion program.� It is anticipated that the selected firm will be NIST�s principal agent in providing construction management services and commissioning to support planning, design, and construction execution of all associated projects in a coordinated execution of the program.� Construction Management as Agent services in support of all projects within the CHIPS facilities program of projects. The Statement of Work of the BPA is summarized as follows: �� General program and project management and reporting. �� Design reviews and coordination for conformance with requirements and constraints. �� Request for information (RFI) and construction submittal consultation, coordination, and reviews. �� Quality assurance and oversight, including for safety, through regular inspections and reports. �� Organizing and leading meetings with stakeholders and contractors. �� Cost estimates and technical evaluations related to procurements and change orders. �� Financial and budget tracking and management, including invoice reviews and earned value management. �� Third-party testing and inspections. �� Schedule management. �� Commissioning services for new and existing facilities. �� Risk management services. �� After-hours oversight as required. � �Move coordination and startup/occupancy support. The attached DRAFT Statement of Work further describes the requirement.� It is anticipated that the period of performance will begin on or about August 2023. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e., annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business, 8(a), and a description of similar services offered to the Government and to commercial customers, particularly those of similar size and scope to NIST. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. The capabilities package shall include the firm�s socio-economic category.� Additionally, the capabilities package should demonstrate the firm�s experience in CM for NanoFab/Cleanrooms, projects in disbursed locations, re/retro lab commissioning, and CM for IT computing centers. Firms working with the Federal Government are required to be registered in SAM.gov to receive an award. Contractor is required to provide all management and labor required for the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8cee8b94e4bd4d798ab19b4800bc7a07/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN06624414-F 20230322/230321060701 (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.