Design / Construction Partnering Facilitator Services BPA
I. SOURCES SOUGHT: a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes and establishment of multiple Blanket Purchase Agreements (BPAs)... I. SOURCES SOUGHT: a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes and establishment of multiple Blanket Purchase Agreements (BPAs). No proposals are being requested or accepted with this synopsis. This is not a solicitation or Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this Sources Sought notification is to gain knowledge of interest, capabilities and qualifications of interested small business firms within the District's supported geographic boundaries (Washington, Oregon, Idaho, and Montana) which have the demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. c. The proposed work is to be performed under the following North American Industry Classification (NAICS) code: 541611 Administrative Management & General Management Consulting Services. d. The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates awarding multiple Blanket Purchase Agreements (BPAs) to small businesses to provide design and/or construction partnering facilitator services for projects within the District's supported geographic boundaries (Washington, Oregon, Idaho, and Montana). The anticipated BPAs (A-Type) will be a Base Period of three years each and no option periods. The total aggregate amount of all firms under the BPA pool will not exceed $300,000.00. e. Description of Services: Design and/or Construction Partnering/Facilitator Services in support of Seattle District requirements as follows. 1. Partnering Facilitator Qualifications: Partnering facilitators are required to fulfill the following requirements: a) Demonstrate familiarity with project partnering concepts and implementation, as defined and practiced by the US Army Corps of Engineers. b) Demonstrate prior experience successfully facilitating Corps of Engineers Design and/or Construction Partnering sessions. c) Be available to perform the work with no more than a thirty (30) day advance notice. 2. Pre-Partnering Session Activities: Prior to each partnering session, the facilitator will contact key personnel from each major stakeholder group represented, by phone, to introduce themselves and discuss project (and/or issue) concerns and opportunities in preparation for the partnering session. 3. Post-Partnering Session Activities: Following each partnering session, prepare and transmit minutes documenting all discussions and activities of the partnering session, to include documentation of agreements reached by partnering session participants. 4. Facility and Installation Access: The partnering facilitator may be required to provide facilitator services at any Seattle District facility, project site or office, or on supported military installations within District boundaries (Washington, Oregon, Idaho, and Montana). The facilitator will be required to obtain installation vehicle and visitor passes to access facilities and project sites in support of facilitator requirements in accordance with current applicable installation security access procedures and requirements. Seattle District and installation web sites and visitor centers can be contacted for access information. Primary military installations supported by Seattle District include: Joint-Base Lewis-McChord, Washington; Fairchild Air Force Base, Washington; Mountain Home Air Force Base, Idaho; and Malmstrom Air Force Base, Montana. 5. Schedule and Session Durations: Partnering sessions will typically be from six (6) to eight (8) hours in duration, and scheduled on weekdays (Monday-Friday), between 6:00AM and 6:00PM; which may require weekend travel for some locations. Initial design or construction partnering sessions will be not more than eight (8) hours in duration. Follow-up or supplemental design or construction partnering sessions will be about six (6) hours in duration. Special partnering sessions may be conducted in support of Seattle District projects, with no partnering session expected to be less than four (4) hours in duration. II. SUBMITTAL REQUIREMENT: a. Offerors responses to this Sources Sought shall be limited to 20 pages and shall include the following information: (Clarifications and/or questions shall be submitted in a separate word document and will not count towards the 20 page limitation). 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification: Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, or 8(a) Program. Small business teams or joint ventures shall identify the socio-economic status of each member and shall provide the capabilities of each member, as well as a description of the work that each member would perform under a contract, keeping in mind the requirements of FAR 52.219-14, Limitations on Subcontracting. 3. Four (4) to eight (8) examples of past projects as the Prime Contractor completed within the last six years. Offeror must provide a brief description of experience in performing similar projects for Design / Construction Partnering Facilitator Services of similar scope. Scope is defined as: a) Provide/lead introductions/purpose/logistics. b) Confirm project delivery team-suggested partnering issues/topics. c) Conduct partnering session (with breaks, as necessary); to include action plans, organization charts, and conflict resolution ladder development. d) Review preliminary partnering agreement content and collect stakeholder signatures for final partnering agreement document. e) Summarize conclusions, action items, commitments and schedule agreements. 4. CAGE code and DUNS number of your firm. 5. Firm's Joint Venture Information, if applicable. b. Interested offerors shall respond to this Sources Sought no later than 13:00 hours (PST) 08 February 2019, Pacific Standard Time. All interested offerors must be registered in SAM to be eligible for a Blanket Purchase Agreement. Email responses to: Mr. Curt Stepp, Contract Specialist, CENWS-CT-A, Seattle District, Email address: curt.d.stepp@usace.army.mil. c. USACE personnel may contact firms responding to this announcement to clarify a responder's capabilities and other matters as part of this market research process. USACE reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner USACE determines is appropriate, including, but not limited to, the creation of a BPA. An interested party should avoid including any business confidential, and/or proprietary information in its response.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »