SOURCES SOUGHT
R -- Construction Management and Quality Assurance Services
- Notice Date
- 6/16/2023 7:08:07 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MISSION SUPPORT WASHINGTON WASHINGTON DC 20024 USA
- ZIP Code
- 20024
- Solicitation Number
- 70CMSW23I0000001
- Response Due
- 6/30/2023 12:00:00 PM
- Archive Date
- 07/15/2023
- Point of Contact
- Daniel Correia, Phone: 4074405305, Robert V Roberts, Phone: 4074405313
- E-Mail Address
-
Daniel.M.Correia@ice.dhs.gov, Robert.V.Roberts@ice.dhs.gov
(Daniel.M.Correia@ice.dhs.gov, Robert.V.Roberts@ice.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- To all Small Business concerns with NAICS 541330 - Engineering Services This Request for Information (RFI) is being issued to assist the Department of Homeland Security (DHS), Immigrations and Customs Enforcement (ICE), Office of Asset and Facilities Management (OAFM) to locate contractors with the capability to perform the Operations and Maintenance requirements of the attached draft Performance Work Statement (PWS) entitled, �Construction Management and Quality Assurance Services.� DHS/ICE requests information regarding your company�s ability to meet the requirements of the draft PWS and your company�s level of interest in a potential Request for Quote (RFQ). The is a new requirement. If your company believes that it has the capabilities to meet the requirements of the draft PWS and is interested in such a requirement, please respond no later than Friday, June 30, 2023 at 15:00 pm EST. Send the response to Daniel.M.Correia@ice.dhs.gov and Robert.V.Roberts@ice.dhs.gov. Please limit your total response to this RFI to 5 pages, to include any title pages, index, table of contents, graphs or charts. Please do not submit a standard firm capability statement, it will not be considered. The NAICS code is 541330 - Engineering Services. Your concise response should include the following information: Description of your company�s ability to meet the requirements of the draft PWS to include: Your company�s understanding of the requirement Number of years� experience pertaining to providing Construction Management (CM) and Quality Assurance (QA) services similar to the draft PWS for Federal construction projects. Please submit information for no more than five (5) projects for your company that best demonstrates the company�s experience on projects that are similar in size, scope, and complexity to this project, as described in the draft PWS for Construction Management and Quality Assurance Services. Note: the project must have been completed by the company, i.e., not the company�s subcontractor. Please submit a brief narrative describing your company�s approach to performing the draft PWS. The narrative should describe the organizational approach to project management and execution and explain how the company expects to manage and support various construction projects at different locations. Do you have the capability to conduct all work associated with the scope PWS within your company or will subcontractors need to be utilized? ����������� a. If the utilization of subcontractors is required, please provide a list of tasks that will need to be subcontracted: � � � �5. If your company has a Small Business Socio Economic category in accordance with FAR 19 (SDVOSB, WOSB, 8a,� � � � � � � � EDWOSB, SDB, HZ, VOSB) please identify and provide your company Unique Entity Identifier (UEI) and Cage Code. � � � �6. Does your firm currently hold a GSA schedule contract number? If so please provide the contract number. NOTICE:� This RFI is being issued solely for information and planning purposes, it DOES NOT constitute a RFQ or a promise to issue an RFQ in the future.� This RFI does not commit the Government to a contract/order for any supply or service whatsoever.� Furthermore, the Government is not at this time seeking quotes and will not accept unsolicited quotes.� Responders are advised that the Government will not reimburse for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties� expense. The information requested is for the purpose of market research ONLY in accordance with Federal Acquisition Regulation (FAR) Part 10. The information provided in the RFI is subject to change and is not binding on the Government.� All submissions become Government property and will not be returned.�� Unless advised or indicated on the responses to this RFI, all information furnished will be considered non-proprietary. Questions will not be accepted at this time as we are performing market research.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1085c896f3794f7f9dbe2c00f04178c4/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN06719308-F 20230618/230616230110 (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 |