Presolicitation $249M Sentinel Construction Management Services

Agency:
State: Nebraska
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159372231806192
Posted Date: Mar 12, 2024
Due Date: Sep 30, 2024
Source: Members Only
Follow
Presolicitation $249M Sentinel Construction Management Services
Active
Contract Opportunity
Notice ID
W9128F24R0059
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 12, 2024 09:58 am CDT
  • Original Response Date: Sep 30, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Omaha , NE
    USA
Description

On or about 15 July 2025, The Government intends to award a target of four (4) firm fixed price Indefinite Delivery Contracts (IDCs) Unrestricted award for a total of $249M in shared capacity for Sentinel Construction Management Services projects within the primarily within the Northwestern Division (NWD), USACE. NWD serves the states (all or part of, depending on boundaries for the different Military and Civil programs) of WA, OR, ID, NV, UT, MT, WY, CO, ND, SD, NE, KS, IA, MO, MN, and WI. MATOC will primarily be used to support the U.S. Air Force (USAF) under NAICS 541330. The Government will limit task orders under this MATOC to firm-fixed price (FFP). This MATOC will have a seven (7) year performance period (one 5-year base period, and one 2-year option period).



IDC's will include projects such as onsite construction management service staff augmentation. The scope of work may include such items as: support for and attendance at pre-construction conferences and mutual understanding meetings; reviews of contractor submittals/Requests for Information (RFIs)/shop drawings/serial letters and recommendations regarding appropriate response; support in developing the Government’s safety and quality assurance plan for newly awarded construction contracts; surveillance support of the contractor safety and quality control programs for onsite activities and offsite fabrication; documentation of contractor daily on site efforts via Daily Quality Assurance Reports in Construction Management Software; participation in, and documentation of, the Three Phase Quality Control Inspection Process; assistance in reviewing, analyzing, and collecting documentation related to Request for Equitable Adjustments (REAs)/modifications/claims; assistance in developing and evaluating recovery plans when construction contracts have been impacted by delays; support in the review of contractor baseline schedules, schedule updates, revisions, and/or development of schedules requiring changes; support in the development of Government’s Independent Government Estimate (IGE) and pre/post negotiation memorandums; support in the analysis and trade-off of contractor Value Engineering (VE) Proposals to the Government; support in requesting contractor proposals; preparation of basic change documents for pending contract changes; support in reviewing contractor as-built drawings; and the recording of scheduled warranty inspection findings.



Please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via https://SAM.gov. Registration is required to access solicitation documents. The website https://SAM.gov provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitation is as follows. Find solicitation announcements in https://SAM.gov.



All amendments will be posted in https://SAM.gov. It shall be the contractor's responsibility to check the website for any amendments. The Contracting point of contacts for this project are Jennifer Gilbreath at Jennifer.c.gilbreath@usace.army.mil and John Solomon at john.s.solomon@usace.army.mil. Interested parties are reminded that they are responsible for checking on new information posted to https://SAM.gov


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 12, 2024 09:58 am CDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >