Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2009 FBO #2762
SOURCES SOUGHT

R -- AED AE Professional Services

Notice Date
6/17/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Transatlantic Programs Center, US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
AED-AE-PROF-SERVICES
 
Response Due
7/5/2009
 
Archive Date
9/3/2009
 
Point of Contact
Diane R. Bublak, 540.665.1206<br />
 
E-Mail Address
US Army Corps Of Engineers - Transatlantic Programs Center
(diane.r.bublak@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research Sources Sought Announcement 17 June 2009 This announcement is for the purpose of soliciting names of companies, interested in submitting an offer to provide Architect Engineer (AE) Support Services to the Afghanistan Engineering Division (AED). The Afghanistan Engineering Division operates throughout Afghanistan with support from contractors and US Government personnel located around the world. This announcement is to identify companies interested in competing for this contract and to support a market analysis for an AE Indefinite Delivery and Indefinite Quantity Contract. The estimated cost of this contract is expected to be $240,000,000 over the entire performance period which will have one base year and four options years. ADDITIONAL REQUIREMENTS: The contract will provide for a full range of architectural, engineering, program management, project management and construction management support services in Afghanistan in support of Operation Enduring Freedom. All firms responding to this notice, indicating their interest in receiving the formal synopsis and meeting all conditions of this notice will receive an electronic copy of the AE synopsis announcement. (Note that for AE contracts, the competitive part of the process begins with the synopsis. Only the selected firm(s) will receive a Request for Proposal (RFP) based on selection procedures defined in FAR Part 36.6). This contract will be limited to US and US Joint Venture firms in accordance with DFARS 236.602-70. PROJECT SCOPE: The contract is to support the Afghanistan Engineering Division design, construction, program management, project management, and construction management mission in Afghanistan. The services to be provided under this acquisition will encompass program management, project management, design, including design-build and full design actions, engineering services (civil, mechanical, electrical, environmental, structural, geotechnical, hydrology, fire protection, etc), architectural services, administrative functions, construction management services, pre-design assessments and feasibility studies, planning charrettes, design charrettes, geotechnical investigations, surveying, space planning and programming, environmental actions, cost and value engineering, life cycle costing, post design shop drawing and submittal review, and construction administration. Additional incidental services include, but are not limited to, design review, peer or independent technical reviews, site surveys and evaluations, quality assurance responsibilities, finance and accounting, budgeting, safety engineering, logistics management, program analysis, scheduling, life support, and property inventory and control. Experience and interaction with various USACE project management information system (ie CEFMS, IRMS, RMS and P2 will be required). Projects may include, but will not be limited to, base town and city roads, bridges, police stations, schools, administrative buildings, military buildings, tactical operations centers, military barracks, airfields, helipads, water and wastewater treatment facilities along with their distribution systems, power plants and their distribution systems, courthouses jails and related law enforcement facilities, army and air force bases. Projects may be for a single facility, the repair/rehabilitation and/or new construction of a single facility and/or a large group of facilities. RESPONSE REQUIREMENTS: Respondents are requested to provide the following information in no more than 3 pages: 1.Company name, address, phone and Point of Contact (phone and e-mail) 2.Experience performing work in Afghanistan 3.Experience performing work in Southwest Asia 4.Number of employees working in Afghanistan 5.Number of employees working in Southwest Asia 6.$ Volume of work last year overall/in Southwest Asia /in Afghanistan 7.We plan to use a minimum guarantee of $5,000 for each year of the contract. Is that sufficient or should it be more/less&or does it matter to you? 8.Do you concur or nonconcur with our plan for multiple IDIQ contracts? NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Dan Hanas, Contract Specialist at (540) 665-3797 (Daniel.M.Hanas@usace.army.mil ) or Leigh M. Bandy, Contracting Officer at (540) 665-2875 (Leigh.M.Bandy@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT a REQUEST for a PROPOSAL. Respondents are requested to provide the information by no later than 12:00 PM EST on 2 July 2009. Information can be sent by email to: Daniel.M.Hanas@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/AED-AE-PROF-SERVICES/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA<br />
Zip Code: 22604-1450<br />
 
Record
SN01847810-W 20090619/090617235610-3eb9e58dbec6ab3739d6597652702e13 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.