Federal Contract Opportunity

Last Updated on 18 Oct 2024 at 4 PM
Solicitation
Louisville Kentucky

Professional Services

Details

Solicitation ID W912QR25R0005
Posted Date 18 Oct 2024 at 4 PM
Response Date 30 Sep 2025 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W072 Endist Louisville
Agency Department Of Defense
Location Louisville Kentucky United states 40202

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Cellco Partnership

Schaumburg Honolulu Alpharetta Dallas Bedminster Basking ridge Westlake Wilmington Baltimore Omaha Shawnee missio

Sign up to access Documents

Signup now

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 six 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 25 November 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 [email protected].

This announcement serves as the Advance Notice for this project.  Responses to this synopsis are not required.  

Similar Opportunities

Similar Awards

Warren Michigan 21 Feb 2019 at 6 PM
Location Unknown 01 Jul 2015 at 5 PM
Location Unknown 07 Nov 2017 at 9 PM
Location Unknown 01 May 2009 at 7 PM
Location Unknown 26 Nov 2019 at 12 AM