Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2025 SAM #8508
SOURCES SOUGHT

C -- Sources Sought - Construction Management Services (CMS) for USACE New York District

Notice Date
3/11/2025 10:53:23 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS25S0023
 
Response Due
3/12/2025 11:00:00 AM
 
Archive Date
03/27/2025
 
Point of Contact
Jordan Moran, Phone: 9177908121, Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
jordan.k.moran@usace.army.mil, Matthew.E.Lubiak@usace.army.mil
(jordan.k.moran@usace.army.mil, Matthew.E.Lubiak@usace.army.mil)
 
Description
UPDATE POSTED 11 March 2025: In reponse to requests for information the following two (2) clairfications are being provided for informational purposes only: 1. The purpose of this Sources Sought is to conduct market research for a potential Single Award Task Order Contract (SATOC) for Construction Management Services. 2. The geographic footprint would be in the New York District, which spans areas of New York and New Jersey. The primary locations would include West Point, NY and Long Island, NY. 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 (CMS). This is a Sources Sought announcement seeking responses 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 assess the 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 $25,500,000.00. The New York District, Corps of Engineers, intends to award a CMS 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 Independent Delivery Contract (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 and beach fill operations, shoreline protection, hurricane and 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 (3) years, demonstrating the company's capability to do this type of work. All responses shall be submitted via email to Ms. Rebekah Mason (Rebekah.K.Mason2@usace.army.mil) within 14 calendar days of the original posted date on SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/75f21df52f8347499d54171f95caec06/view)
 
Place of Performance
Address: New York, NY, USA
Country: USA
 
Record
SN07368533-F 20250313/250311230045 (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.