Construction Management, Inspection, Surveying, and Testing (CMIST-2)
Agency: | NATIONAL AERONAUTICS AND SPACE ADMINISTRATION |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159631317458254 |
Posted Date: | Oct 24, 2022 |
Due Date: | Nov 4, 2022 |
Solicitation No: | 80GRC023CA0001 |
Source: | https://sam.gov/opp/f0b470a778... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Oct 24, 2022 05:21 pm EDT
- Original Published Date: Oct 07, 2022 12:41 pm EDT
- Updated Response Date: Nov 04, 2022 12:00 pm EDT
- Original Response Date: Oct 21, 2022 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside: 8(a) Set-Aside (FAR 19.8)
- Product Service Code:
-
NAICS Code:
- 236220 - Commercial and Institutional Building Construction
-
Place of Performance:
Cleveland , OH 44135USA
NASA Glenn Research Center (GRC) is hereby soliciting information from potential sources for Construction Management, Facility Management, Surveying, and Life Safety Code Compliance. See attached DRAFT Statement of Work (SOW).
The National Aeronautics and Space Administration (NASA) (GRC) is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Construction Management, Inspection, Surveying & Testing (CMIST -2) procurement. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.
This requirement is a follow-on to the previous COMETS contract 80GRC018C0022, excluding the environmental portion which will not be included in the CMIST-2 re-compete. The types of services include but aren’t limited to construction management, facility management, surveying, and life safety code compliance.
The North American Industry Classification System (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction- $39.5M size standard.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.
Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort.
These pages shall consist of the following:
1. GENERAL INFORMATION: Briefly describe your company and the types of services performed. Please also include: the names, e-mail addresses, and phone numbers for any points of contacts (POCs), the company’s address, CAGE Code/DUNS number, and the type of business demographic that applies (i.e., small business, large business, women- owned).
2. PAST PERFORMANCE: The Offeror shall also provide contract information on similar contracts over the past three (3) years. This information shall include: the name of customer/agency, types of services provided, type of contract, total contract value, and whether the contractor was a prime or subcontract. If subcontract, please provide details regarding prime contract and your company’s role in supporting the prime contractor. In addition, please provide any examples about your company’s capabilities to quickly and efficiently staff to rapidly changing requirements.
3. CAPABILITIES: Information describing your company’s capabilities to meet the requirements contained in this Sources Sought Notice.
4. COMMENTS and RECOMMENDATIONS for the most effective incentive/performance criteria (if different from the current approach). Further, describe both risks and mitigations the Government should consider.
5. DESCRIPTION of the type of information needed about the existing requirements that would be helpful for submitting a credible proposal.
ll responses shall be submitted electronically via email to sarah.a.deroche@nasa.gov no later than November 4, 2022, at 12:00pm EST. Please reference 80GRC023CA001 in any response.
This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
The orginal NAICS code for this Sources Sought has been changed.
- 21000 BROOKPARK ROAD
- CLEVELAND , OH 44135
- USA
- Sarah DeRoche
- sarah.a.deroche@nasa.gov
- Phone Number 2164335453
- Linda M Nabors
- linda.m.nabors@nasa.gov
- Phone Number 2164332407
- Oct 24, 2022 05:21 pm EDTSources Sought (Updated)
- Oct 07, 2022 12:41 pm EDT Sources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.