Closed Solicitation · DEPT OF DEFENSE

    PROFESSIONAL SERVICES

    Sol. W912QR25R0005PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)LOUISVILLE, KY
    Closed
    STATUS
    Closed
    POSTED
    Nov 25, 2024
    Publication date
    NAICS CODE
    541611
    Primary industry classification
    PSC CODE
    R499
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers (USACE) Louisville District is planning to release a Request for Proposal (RFP) identified as W912QR25R0005 for professional services that include program management support, master planning, real estate planning, project management support, environmental management support, and more, specifically for the Army Reserve Installation Management Directorate (ARIMD) and the United States Army Reserve Command (USARC). This contract will be structured as up to three Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) contracts, with a duration of five years from

    Contract details

    Solicitation No.
    W912QR25R0005
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    November 25, 2024
    Response Deadline
    NAICS Code
    541611AI guide
    PSC / Class Code
    R499
    Contract Code
    2100
    Primary Contact
    LAURA PHILLIPS-PAYNE
    State
    KY
    ZIP Code
    40202-2230

    Description

    DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR25R0005 for the Professional Services for Program Management Support, Master Planning, Real Estate Planning, Project Management Support, Program Management Support Assistance, Environmental Management Support, Modular Design Support, Building Information Management Support, Quality Assurance, Facility Planning, Construction Planning, Database Management Support and Support for the Army Reserve Installation Management Directorate (ARIMD), Office of the Chief Army Reserves (OCAR), United States Army Reserve Command (USARC) in their work on various Military programs and Regional Divisions (RD’s) within the United States and Puerto Rico. The Contract Duration is five years from Contract Award. TYPE OF CONTRACT AND NAICS: This RFP will be for up to three (3) Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 541611. TYPE OF SET-ASIDE: This acquisition will be a small business set-aside. SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Past Experience, Past Performance, Quality Management system, and completion of a Sample Task Order. Pro Forma Information such as bonding and financial capability may also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 2 December 2024. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to https://sam.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, http://sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module website, https://piee.eb.mil/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the System for Award Management website at http://sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http:// sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Laura Phillips-Payne, at laura.phillips-payne@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

    Key dates

    1. November 25, 2024Posted Date

    Frequently asked questions

    PROFESSIONAL SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.