Washington, DC Bids > Bid Detail

Construction Management and Quality Assurance Services

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159790695579616
Posted Date: Nov 21, 2023
Due Date: Dec 15, 2023
Source: https://sam.gov/opp/0869924266...
Follow
Construction Management and Quality Assurance Services
Active
Contract Opportunity
Notice ID
DCSC-24-RFP-170
Related Notice
Department/Ind. Agency
DISTRICT OF COLUMBIA COURTS
Sub-tier
DISTRICT OF COLUMBIA COURTS
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2023 11:45 am EST
  • Original Response Date: Dec 15, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C214 - ARCHITECT AND ENGINEERING- GENERAL: MANAGEMENT ENGINEERING
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Washington , DC 20001
    USA
Description

Sources Sought Construction Management and Quality Assurance Services





THIS IS A SOURCES SOUGHT AND NOT A REQUEST FOR PROPOSAL for Construction Management and Quality Assurance services for the DC Courts. Responses shall be used for planning purposes only. It is anticipated that a solicitation based on the outcome of this market survey will be published and that a subsequent contract from the solicitation will be awarded. A market survey is being conducted to determine if there are adequate contractors for the project listed below.





If it is determined that adequate competition exists, the Courts may set the requirement aside for competition among the selected group. All interested contractors should respond to this office in writing by email on or before the due date listed below. No funds are available to fund the preparation of responses to this notice. No entitlement to payment of direct or indirect cost will arise as a result contractors providing information, questions or comments regarding this notice. Any information submitted in response to this notice is strictly voluntary. Responses in any form do not constitute offers and the Courts is under no obligation to award a contract as a result of this notice.





The Courts is conducting a market survey and is seeking qualified sources to provide agency Construction Management and Quality Assurance services and be an integrated part of the existing CPFMD team.



The CMa shall provide all services necessary to formulate a PMO operating with the objective to improve the CPFMD’s overall performance to (1) plan, fund and execute the DC Courts’ capital projects on time, within budget and within scope and (2) develop strategies that will improve project performance and resolve project-level issues that arise during construction to prevent cost overruns and schedule delays, and (3) promote an integrated team approach from inception and planning of the CPFMD’s projects to managing and controlling individual project scopes, schedules, budgets, quality and safety, and (4) manage the Courts’ facility projects and activities in a manner that supports optimal performance of all judicial operations and activities.





The CMa shall provide services to manage all projects program-wide (regardless of the project delivery method), throughout all project phases—initiation, planning, procurement (preparation of the RFP Package), design, permitting, construction, Furniture, Fixtures and Equipment (FF&E) installation, tenant move-in (TMI), close out and transition to operations and maintenance (O&M)—ending only after occupancy has occurred, a project has been successfully transitioned to the DC Courts’ O&M team and the one (1) year warranty period has expired. It is also the DC Courts’ expectation that CMa services provided shall be fully integrated and coordinated program-wide to ensure that all individual, interrelated projects, over multiple sites, varying in scale and complexity, are managed in a systematic and consistent way for maximum time and cost efficiency.



This list of items is not meant to be prescriptive, but identifies the expectations of the Courts and should provide the Contractor with a baseline for developing a plan to meet the objective:





The selected Contractor shall be responsible for all the construction projects and shall follow the CMAA CM Standards of practice as a tool throughout all project phases—initiation, planning, procurement, design, permitting, construction, Furniture, Fixtures and Equipment (FF&E) installation, tenant move-in (TMI), close out and transition to operations and maintenance (O&M). The selected Contractor shall be responsible for:






  1. Project Management

  2. Cost Management

  3. Time Management

  4. Quality Management

  5. Contract Administration

  6. Safety Management

  7. Sustainability

  8. Technology Management

  9. Risk Management

  10. Program Management







ELIGIBILITY



The Contractor shall have the following demonstrable expertise:






  1. A Firm with extensive experience providing agency CM services and operating as part of integrated PgM/CM teams.

  2. Experience providing CM services for $100,000,000 plus per year design and construction programs.

  3. Experience developing acquisition strategies and preparing a range of RFP types related to facility planning, design, renovation, construction, and maintenance.





ANTICIPATED PERIOD OF PERFORMANCE



The resultant Award will consist of a total of five (5) years; a base two year ordering period and a three(3) one year option ordering periods. The base year is expected to start February 2024, followed by the optional ordering period. Individual task order period of performance will be determined at the task order level.





ANTICIPATED CONTRACT TYPE



The contract type is anticipated to be Cost Plus fixed Fee (CPFF) with cost-type Other Direct Costs (ODCs) line items.



Interested businesses are asked to fill out and provide responses to the attached questionnaire.



RESPONSES ARE DUE NO LATER THAN (NLT) 12/15/2023, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submission (no more than 25MB) of the statement of capabilities package may be submitted to: maria.rivera@dccsystem.gov Please


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 21, 2023 11:45 am ESTSpecial Notice (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 >