The US Army Corps of Engineers, Honolulu District is contemplating the award of an Indefinite-Delivery Architect-Engineer Services Contract (Construction Management Services) for design of miscellaneous projects in the U.S. Army Corps of Engineers (USACE), Honolulu District (POH) Area of Responsibility (AOR). The IDC will consist of a base period of five (5) years with no option periods. The amount will not exceed a cumulative total of $9,900,000 for all contracts awarded under the solicitation, over the five (5) year period. Work is subject to the availability of funds. Each task order issued shall be firm-fixed price (as negotiated). Funding shall be cited on individual task orders. Only firm(s) considered highly qualified will be awarded a contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. Selection of A-E firm(s) is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services.
Project Scope:
Work primarily includes, but is not limited to, construction management services for pre-construction award, construction administration, and quality assurance functions and provide Construction Managers, Project Engineers, Project Schedulers, and Quality Assurance Representatives/ Inspectors. Work includes but is not limited to maintaining and updating Resident Management System (RMS) database for projects. Data entry of documents including correspondence, Requests for Information (RFI), submittal of Contractor's Quality Control (CQC) Plans, Safety Plans, Activity Hazard Analysis, construction schedules, technical submittals, and insurances. Download construction contractor's database in Quality Control System (QCS) to RMS and evaluate the data accuracy. Proficient in Primavera scheduling software, analyze and provide recommendations for baseline construction schedules, review/monitor and update project schedules, evaluate schedule impacts due to changes in work progress, review construction contractor's proposed cost and change order proposals. Needed specialized experience includes, but is not limited to:
-Personnel with experience with Airfield Portland Cement Concrete (PCC) construction. Specifically, experience overseeing construction under Unified Facilities Guide Specifications (UFGS) 32 13 11 or 32 13 14.13;
-Personnel with experience managing DoD medical construction projects. Projects include hospitals, medical clinics, dental clinics, hospital renovations, and medical facility commissioning;
-Personnel with experience evaluating construction schedules to check for compliance with Unified Facilities Guide Specifications (UFGS) 01 32 01.00 10. Capability to evaluate Time Impact Analysis (TIAs) for critical path delays; and
-Personnel with experience and familiarity with working in and/or managing projects in remote areas with logistical constraints, such as Pacific Island locations with secure operations, Pohakuloa Training Area, Diego Garcia, Johnston Atoll, Wake Island, Midway Island, and the Republic of the Marshall Islands.
BACKGROUND:
Professional services are being procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, as required for design support primarily for projects within the POH AOR. Work primarily includes but is not limited to a range of minor to major repair, modification, rehabilitation, alternatives and new construction projects primarily in support of the Department of Defense and associated Agencies. All design and other engineering-related services must be performed by or under the direct supervision of licensed professional Engineers.
Response Information:
Only interested PRIME Architect-Engineers should submit a narrative demonstrating experience in the project scope. Please indicate if the firm is a small business contractor or a contractor that qualifies under a Small Business Program (i.e. 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business).
SIZE STANDARD. The North American Industrial Classification Code (NAICS) for this procurement is 541330. This announcement is open to all businesses regardless of size.
Information is limited to 5 single sided pages.
THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note it is required that interested contractors be registered in System for Award Management (SAM). Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Information shall be submitted electronically to Kriztofer Laborete at kriztofer.r.laborete@usace.army.mil and Colin Waki at colin.k.waki@usace.army.mil by March 6, 2025, 2:00 p.m. Hawaii Standard Time.
PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors.