Construction Management Services (CMS) within Pituffik Space Base
ID: W912DS24S0007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking Construction Management Services (CMS) within Pituffik Space Base in Greenland. This notice is for market research purposes only and no proposals are being requested or accepted. The U.S. Army Corps of Engineers, New York District, is gathering information to develop an acquisition strategy for construction management services. The scope of services includes design and constructability reviews, budget and schedule monitoring, inspection, reporting progress, safety monitoring, submittal processing, testing, and other related services. The successful contractor must have experience in Cold Region design/construction, Airfield Paving, and knowledge of the "Working Environment Authority" and "Working Environment Act" in Greenland. Joint ventures and firm/consultant arrangements will be considered. Responses must be submitted via email within 14 calendar days.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Architectural and Engineering Services for Pituffik Space Base, Greenland
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide comprehensive Architectural and Engineering (A&E) services for the Pituffik Space Base in Greenland. The procurement aims to establish up to two Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for Title I Design and Title II Inspection services, focusing on maintenance, repair, and minor construction projects that require multi-discipline engineering expertise. This initiative is crucial for sustaining and modernizing the facilities at Pituffik Space Base, ensuring compliance with Department of Defense standards and promoting energy conservation practices. Interested firms are encouraged to respond to the attached questionnaire by September 20, 2024, with a contract value not exceeding $5 million and an estimated award date between May and August 2025. For further inquiries, contact Andrew Lucas at andrew.lucas@spaceforce.mil or Lone Mikkelsen at lone.mikkelsen.dk@spaceforce.mil.
    Construction Management Support (CMS) Services for the Construction of the Bureau of Printing and Engraving (BEP)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors to provide Construction Management Support (CMS) Services for the new Currency Production Facility (CPF) of the Bureau of Printing and Engraving (BEP) located in Beltsville, MD. The procurement aims to secure CMS services that include Quality Assurance (QA) oversight, inspection, and contract administration activities, necessitating a team of 20 to 30 technicians, inspectors, and tradesmen on-site daily during peak construction periods. This project is significant due to its size and complexity, and it will be competed under full and open competition as a firm-fixed price contract, with an estimated funding amount of $45 million. Interested parties can reach out to Aaron Jones at aaron.g.jones@usace.army.mil or by phone at 410-962-0674 for further information.
    Presolicitation $249M Sentinel Construction Management Services
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, is seeking construction management services for Sentinel projects primarily within the Northwestern Division (NWD) of the US Army Corps of Engineers (USACE). The contract is valued at $249M and will involve the award of four firm fixed price Indefinite Delivery Contracts (IDCs) with a seven-year performance period. The services required include onsite construction management staff augmentation, support for pre-construction conferences, contractor submittal reviews, safety and quality assurance plan development, surveillance of onsite activities, documentation of daily on-site efforts, participation in quality control inspection processes, assistance with contract modifications and claims, support in schedule development and analysis, and preparation of change documents. Interested parties must register in the System for Award Management (SAM) database to access solicitation documents. The primary contact for this project is Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil, and the secondary contact is John Solomon at john.s.solomon@usace.army.mil.
    Construction Management Services
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for Construction Management Services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative aims to enhance GPO's project management capabilities for construction projects, particularly for the renovation of GPO Building D, by providing necessary labor, materials, supervision, and operations over a five-year period, with a total ceiling price of $10 million. The selected contractor will be responsible for delivering project management plans, progress reports, and quality assurance monitoring, ensuring compliance with contract specifications and effective project execution. Interested offerors must submit their proposals, including a Past Performance Questionnaire, by September 19, 2024, and can contact Sae Jeong at sjeong@gpo.gov or Troy White at twhite@gpo.gov for further information.
    MATOC for General Architect Engineering services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) focused on General Architect-Engineering (A-E) services. The procurement aims to identify qualified firms capable of supporting various military and non-military construction programs within the North Atlantic Division (NAN/NAD) boundaries, with a total contract capacity not exceeding $200 million over five years. This opportunity is crucial for enhancing military infrastructure, including construction and renovation of facilities such as hangars, training centers, and administrative buildings. Interested firms must submit a capabilities statement by email to Stephen DiBari within 15 calendar days of the notice, detailing their qualifications and experience in relevant projects.
    3MUNS ISU Workshop
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a customized expandable ISU style workshop, with delivery to Joint Base Elmendorf-Richardson (JBER), Alaska. The procurement involves two units designed for rapid deployment and all-weather functionality, featuring specifications such as expandable side walls, secure cargo tie-down points, and integrated electrical systems, all tailored for use with sensitive equipment in austere environments. This initiative is crucial for enhancing military operational capabilities while ensuring compliance with stringent safety and operational standards. Interested vendors must submit their quotes by 2:00 PM AST on September 18, 2024, and can direct inquiries to Joseph Ford at joseph.ford.21@us.af.mil or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil.
    Construction-Manager as Constructor (CMc) for the Houlton Land Port of Entry, Houlton, ME
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking a qualified Construction Manager as Constructor (CMc) for a major renovation project at the Houlton Land Port of Entry in Houlton, Maine. The project aims to comply with GSA and U.S. Customs and Border Protection guidelines, focusing on extensive repairs and upgrades to the facility, which includes enhancing building systems and ensuring sustainability in line with the Bipartisan Infrastructure Law and the Inflation Reduction Act. The estimated construction budget ranges from $22 million to $32 million, and proposals are due electronically by 2:00 PM EST on December 3, 2024. Interested parties can contact Paul Murphy at paul.murphy@gsa.gov or Michele Valenza at michele.valenza@gsa.gov for further information.
    Project Labor Agreement Survey - Power Independence Mission Control Station (MCS), Buckley Space Force Base (SFB), Colorado (CO)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting feedback from the construction community regarding the potential use of Project Labor Agreements (PLA) for the upcoming Power Independence Mission Control Station (MCS) project at Buckley Space Force Base in Colorado. This construction project, estimated to cost between $25 million and $100 million, aims to provide essential utility and backup power facilities for the Space-Based InfraRed Systems mission, including the construction of a new power plant and associated infrastructure. The use of PLAs is intended to enhance efficiency and stability in labor relations for large-scale federal construction projects, as mandated by Executive Order 14063. Interested parties are encouraged to submit their comments by 2:00 PM Central Time on September 24, 2024, via email to Brandon Landis at brandon.p.landis@usace.army.mil, with a courtesy copy to Brittany Gull at brittany.c.gull@usace.army.mil.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for junior enlisted personnel and junior noncommissioned officers, accommodating 146 individuals with various amenities including living areas, fitness rooms, and common spaces, all designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.