BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Fort Bragg, North Carolina. Contact the soliciting agency for additional information.

*Contract Award Date: Dec 13, 2021 Contract Award Number: W912HN22D2000 Task/Delivery Order Number: Contractor Awarded Unique Entity ID (DUNS): 003184462 Contractor Awarded Unique Entity ID (SAM): EPUXNLX5EYC4 Contractor Awarded Name: Aecom Technical Services, Inc. Contractor Awarded Address: Los Angeles, CA 90071-3135 USA Base and All Options Value (Total Contract Value): $20000000.00 Indefinite Delivery Contract for Construction Management Services ALL QUESTIONS SHOULD BE SUBMITTED THROUGH PROJNET SEE PARAGRAPH 5 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for ONE (1), Indefinite Delivery Contracts (IDC) for Construction Management Services. The contract is being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. The contract awarded as a result of this announcement will be administered by the Savannah District for use on projects under its jurisdiction and, if requested, for other Corps of Engineers Districts. Contract may be issued up to one year after selection approval. Typically, the contracts will consist of a 3-year base with a 2-year option period for a total of five years maximum. The total amount of the contract over the five-year ordering period may not exceed $20,000,000. Task Orders will be for Construction Management Services. These task orders are firm fixed price. Projects to be assigned are not yet determined and funds are not presently available. The North American Industry Classification System (NAICS) is 541330 with a size standard of $16.5 million. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 17.704 and 52.219-9 and DFARS 219.704/705 as part of the Request for Proposal package. The subcontracting plan should be based on the recommendation for the District's Small Business Targets. The Savannah District subcontracting recommendations are small business - 50%; small disadvantaged business - 17%; woman owned small business - 18%; HUBZone small business - 10%; services-disabled veteran owned small business - 4%; The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet at http://www.fsd.gov or by contacting the SAM Customer Service Desk at 1-866-606-8220. Notice Organizational Conflict of Interest. The work to be performed may create an actual or potential organizational conflict of interest on future acquisitions. Offerors should refer to FAR subpart 9.5 - ORGANIZATIONATIONAL AND CONSULTANT CONLICTS OF INTEREST. An organizational conflict of interest can arise when a contractor possesses an economic incentive that renders it unable, or potentially unable, to provide impartial assistance or advice; or an unfair competitive advantage in obtaining a contract as the result of access to nonpublic information about a competitor or procurement. When an organizational conflict of interest arises, it can have serious implications for the contractor that can range from disclosure obligations to disqualification from an award. Accordingly, some restrictions on the future activities of the contractor and its subcontractors may be required. And, these restrictions may include prohibiting the contractor or its subcontractors from participating in a contract or a task order. A contractor which participates in preparing design drawings or documents for future construction contracts may be prohibited from providing CMS for that contract. However, in future procurements, the contractor or its subcontractors may request a determination of its ability to participate in a particular procurement from the Contracting Officer. Proposals submitted for procurements or services for which the contractor or its subcontractor is later determined to have an organizational conflict of interest shall be submitted at the risk of the contractor or its subcontractors. 2. PROJECT INFORMATION: Construction management services are required to support construction management activities for construction contracts under the jurisdiction of SAS and may be used to support other Corps Districts as requested. These installations can include Ft Bragg, Ft Gordon, Ft Jackson, Ft Stewart, Ft Benning, Ft. Gillem, Moody AFB, Hunter AAF, Seymour Johnson AFB, Robins AFB, and other installations as required. Required services include a broad range of engineering and construction activities including (but not limited to) assistance and guidance to field offices, construction Quality Assurance (QA) inspection and reporting, review of contract documents and shop drawings, review of Network Analysis Schedule (NAS) schedules and QC plans, and investigation and reporting of construction contractor claims. The firm selected will be required to provide personnel on site for up to 3 years. The maximum numbers of assignees are estimated to be 20 personnel simultaneously. No travel funds will be provided. Therefore, it is suggested that existing local staff or local hires be used to perform required services. TELEPHONIC INTERVIEW. Those firms achieving the selection list will be given a telephonic interview, the results of which will be factored into the firms overall rating. The following questions will be provided for the short-listed firms to provide a written and telephonic response: **Discuss three (3) important lessons learned from your example projects on your SF330 Part I that would be applicable to this contract. ***Discuss your experience, capabilities, capacity, organization, management, quality control procedures, and approach for Construction Management Services. 5. QUESTIONS/PROJNET. Questions concerning submissions should be submitted via Bidder Inquiry in ProjNet at www.projnet.org/projnet. ProjNet will close for submissions seven days prior to submission date September 9, 2020. Bidder Inquiry Key No. H9R8XN-UP5GKY Specific Instructions for Initial ProjNet Bid Inquiry Access: From the ProjNet home page, click on Quick Add on the upper right side of the screen. Identify the Agency as USACE. Key. Enter the Bidder Inquiry Key listed above. Email. Enter the email address you would like to use for communication. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: Steps 1 through 3: same as above. 4. Email. Enter the email address you used to register previously in ProjNet. 5. Click Continue. A page will then open asking for the answer to your Secret Question. 6. Enter your Secret Answer and click Login. Once this is completed, you are logged into the system. 6. SUBMISSION REQUIREMENTS - Interested firms having capabilities to perform this work must submit the entire submission of the SF 330, not to exceed 5 Megabytes, as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF330 should not exceed 50 pages (8.5" x 11"), including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Please note that an Indefinite Delivery Contract (IDC) will not be considered a single project for SF330 Section F Example Projects. Indicate in Section C.11 if the prime has worked with the team members in the past five years. Section G.26, include the firm each of the key personnel is associated. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE PERFORMING THE WORK IN SECTION B.5 OF THE SF330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Submissions are to be received in this office by September 16, 2020, no later than 4:00 EST. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. DIRECTIONS FOR SUBMITTING SF330 NOTE: SUBMISSION SENT VIA EMAIL OR FACSIMILE WILL NOT BE ACCEPTED. HAND CARRIED SUBMISSION IS NOT AUTHORIZED. All SF 330s shall be submitted on CDs - 2 copies are required. Title the file(s) in the following format: W912HN20R2002_COMPANY NAME

Award

Military

$20,000,000.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
198
Active Projects
100
Bidding Soon
1,948
All Active Projects
764
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

September 23, 2020

January 22, 2021

img_map_placeholder

Multiple Locations, Fort Bragg, NC

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.