Administrative and General Management Consulting Services, Various Locations, Asia and the Pacific Rim

expired opportunity(Expired)
From: Federal Government(Federal)
W911KB20D0018

Basic Details

started - 12 Oct, 2021 (about 2 years ago)

Start Date

12 Oct, 2021 (about 2 years ago)
due - 15 Oct, 2021 (about 2 years ago)

Due Date

15 Oct, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W911KB20D0018

Identifier

W911KB20D0018
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE ARMY (133113)USACE (38130)POD (1587)W2SN ENDIST ALASKA (577)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

EXTENDED IAW FAR 5.203 - THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES.  Reference # W911KB20D0018 and W911KB20D0019 MATOCSThe U.S. Army Corps of Engineers, Alaska District hereby provides notice of its intent to award sole-source modification to increase the total programmatic MATOC contract capacity by $5,000,000.00 Million (M), from $9M to $14M, using other than full and open competition on the current Unrestricted Indefinite Delivery-Indefinite Quantity (IDIQ) Contracts for Administrative & General Management Consulting Services, Various Locations, Asia and the Pacific Rim Multiple Award Task Order Contracts (MATOC) on the basis of the circumstances identified in 10 U.S.C. 2304(c)(1) and FAR 6.302-1(a)(2)(iii). The MATOC contract holders include:CH2M HILL International Services INC9191 S Jamaica St, Englewood, CO 80112-5946 United StatesW911KB20D0018Productive Outcomes LLC283 Pope Paul Path, Dallas, GA 30132-1698 United
StatesW911KB20D0019The increase in MATOC capacity will generally be used for sole source increase to a specific task order under W911KB20D0018 which was issued competitively as firm-fixed price, best-value Requests for Proposals. This intent to sole source increase capacity primarily ensures continuation of services under a certain task order for W911KB20D0018 to provide Operation and Maintenance Services in India for constructed buildings that USACE Alaska District has use and possession requirements to upkeep until Beneficial Occupancy Date (BOD) for official transfer of constructed buildings to the customer, the Indian Government (Foreign Military Sales India C-17 Infrastructure Beddown Project at Hindan AFS, India).  These contracts are intended to provide a broad range of project services, including planning and controlling services, project facilitation, review and analysis with performance of due diligence, construction quality assurance, management oversight of design and construction services, and facility operations and maintenance. Types of services required may include site investigations, planning, alternative development and analysis, studies, reports, inspections, topographic surveys, hydraulic and geotechnical investigations, cost estimating, value assessments, anti-terrorism force protection analyses, concept documents, final documents, and construction phase services. Services may also include project management, safety reviews, highway and bridge analysis, economic analysis, environmental studies, planning studies, training, performing quality assurance and quality control, and other pertinent work including incidental services during project design and construction, construction support and construction management. Services may involve environmental compliance services such as, but not limited to, reports for wetlands, threatened and endangered species, sensitive species, cultural resources, socio-economic effects, hazardous materials, wildlife and fisheries, water quality, land use, agricultural use, floodplain, environmental justice, cumulative and indirect effects, mitigation of impacts, planning, and coordination of public involvement meetings and hearings; preparation of reports and decision making documents.  Services may be for facilities, infrastructure systems for facility-related site utilities and grounds, site planning and design, landscaping, and roads and bridges.  Services may include requirements for facility-related special studies including specialized structural load analysis related to force protection and anti-terrorism, fire protection and underground storage tank removal and replacement. Work on the contract may involve unique planning, construction, environmental, and cultural issues related to work in India.  The Service Contract Act applies.   The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 541611, Administrative General Management and Consulting Services.This sole source increase to MATOC capacity allows USACE Alaska District the opportunity to complete the required support services for the Indian Government as described herein.  This is not a solicitation for competitive proposals; however, if any interested party believes that they can meet the above requirement, they may submit a capability statement to the point of contact listed in this Special Notice.  All information furnished must be in writing and must contain sufficient detail to allow USACE to be able to determine if the interested party can perform the requirement described herein. Any interested parties capability statement for this notice of intent to sole source increase capacity to the MATOC Suite, W911KB20D0018 and W911KB20D0019, shall not exceed three (3) pages and must include:1. Firm's name, address, point of contact, phone number, email address.2. Firm's Business Size/Status3. Would you propose as a prime contractor, joint venture, or a teaming arrangement?4. Is your firm (or team/joint venture) capable of performing in India, established as a business in India?5. Does your firm (or team/joint venture) have the capability and qualifications to accomplish work as described in this notice?THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.  Only written responses will be considered. All responses should appear on company letterhead and include at a minimum, affirmation of active registration in the System for Award Management (SAM) at www.sam.gov, the firm's Data Universal Number System (DUNS), and any applicable processed credentials and qualifications. All responses should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign-owned. All responsible sources may respond to this synopsis and all responses will be considered by the agency.Responses should be furnished electronically to the contacts listed below not later than 2:00 p.m. Alaska Time, 07 October 2021. Send responses to Ms. Kim Tripp, at Kimberly.D.Tripp@usace.army.mil, and to Mr. Ben Becker at Benjamin.Becker@usace.army.mil

CONTRACTING OFFICE KO 2204 3RD STREET  ANCHORAGE , AK 99506-0898  USALocation

Place Of Performance : CONTRACTING OFFICE KO 2204 3RD STREET ANCHORAGE , AK 99506-0898 USA

Country : United StatesState : Alaska

You may also like

Administrative and Management Services to the Bethesda Transportation Management District (TDM).

Due: 30 Jun, 2026 (in about 2 years)Agency: Department of Transportation

COPS COMMUNICATIONS STRATEGY AND FINANCIAL MANAGEMENT SUPPORT SERVICES CONSULTING SERVICES

Due: 31 Dec, 2026 (in about 2 years)Agency: OFFICES, BOARDS AND DIVISIONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541611Administrative Management and General Management Consulting Services
pscCode R499Other Professional Services