SPECIAL NOTICE
C -- Multiple Architect-Engineer Services Contracts for Use in the Middle East and Other Areas
- Notice Date
- 2/7/2012
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-12-R-0044
- Archive Date
- 5/7/2012
- Point of Contact
- Benjamin Williams, 540-665-2603
- E-Mail Address
-
USACE Middle East District
(benjamin.c.williams@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- .S. Army Corps of Engineers Will Award Multiple Architect-Engineer Services Contracts for Use in the Middle East and Other Areas Winchester, Va. - The U.S. Army Corps of Engineers Middle East District is looking for architect-engineer firms to provide professional services of an architectural and engineering nature. The Middle East District will issue solicitations for two separate architect-engineer indefinite delivery contract (A-E IDC) actions with postings on the Federal Business Opportunities (FBO) website (www.fbo.gov) scheduled for Feb. 29, 2012. Interested firms must follow the submission requirements outlined in the FBO announcements. Look for: Architect-Engineer Indefinite Delivery Contract (A-E IDC) for Architect-Engineer Design Services using NAICS code 541330, Engineering Services Architect-Engineer Indefinite Delivery Contract (A-E IDC) for Construction Phase Support Services using NAICS code 541330, Engineering Services The contracts will be solicited under the Brooks Act (Public Law 92-582), which establishes the procurement process by which federal agencies select A-E firms, and in accordance with Federal Acquisition Regulations. The government selects and negotiates A-E contracts based on firms' professional qualifications, specialized experience, and capacity to accomplish the work in the required time at a fair and reasonable price. Specific requirements for the A-E IDC for architect-engineer design services include: 1)The award of between two and six indefinite delivery/indefinite quantity, single award task order contracts (SATOCs). 2)Issuance of firm-fixed-price, cost-plus-fixed-fee, and labor-hour task orders. 3)A capacity of up to $240 million for all contracts awarded under this action; the capacity of each individual SATOC will be based on the number of contracts awarded and the government's requirements. 4)A performance period of one year, with four additional one-year option periods for a total of five years. 5)These types of actions: field investigations, as-built drawings research and field verification, topographical and geotechnical surveys, preparation of design documents to be used in future construction projects, utility surveys, site plans, technical reviews, cost estimations, scheduling, contract specifications, and preparation of project planning and programming documentation. 6)A small business subcontracting plan. Specific requirements for the A-E IDC for construction phase support services include: 1)The award of one construction phase support services contract. 2)Issuance of firm-fixed-price, cost-plus-fixed-fee, and labor-hour task orders. 3)A capacity of up to $90 million. 4)A performance period of one year, with four additional one-year option periods for a total of five years. 5)These types of actions: Quality assurance tasks, Leadership in Energy and Environmental Design (LEED) commissioning of completed construction projects, and data management services. 6)A small business subcontracting plan. 7)The provision of local national, third country national and/or U.S. citizens as project engineers and quality assurance representatives to perform construction phase support services. These subject matter experts will report information back to the U.S. government, which retains final decision-making authority on contractor performance. These contracts will replace six A-E IDCs awarded in December 2008 and June 2009. The new contracts are expected to be awarded this summer. Qualified firms must submit their qualification statements on Standard Form 330 in accordance with the synopsis requirements. Firms may compete for both A-E IDC acquisitions. For additional information, see Frequently Asked Questions at www.tam.usace.army.mil/contracting/FAQ-SC.pdf. Firms may submit additional questions via the Bidder Inquiry in ProjNet at www.projnet.org/projnet. See instructions below for accessing this acquisition in ProjNet. Selected firms will be required to support all projects managed by the Middle East District. The Middle East District provides engineering, construction and related services in the Middle East, Central Asia and other areas. Its work includes designing and constructing facilities for use by U.S. forces, performing engineering activities for other U.S. government and foreign agencies, and providing operations and maintenance services for various customers. In addition, the District provides project management, engineering, contracting and support services to USACE districts in Afghanistan. ProjNet Bidder Inquiry Instructions To submit and review bid inquiry items, bidders need to be registered. Those new to the system can self-register by going to www.projnet.org/projnet and clicking on the Bid tab. Select Bidder Inquiry, select agency USACE, enter the Bidder Inquiry Key for the solicitation listed below, enter your email address, and then click Login. Fill in all required information and click Create User. Verify that information on the next screen is correct and click Continue. From this page, you may view all bidder inquiries or add a new inquiry. Offerors will receive an acknowledgement of their question via email, followed by an answer to the question after it has been processed by the Middle East District's technical team. Note that offerors may submit only one question per inquiry. All inquiries containing multiple questions will be rejected. The project name is: A-E SATOC - Design & Construction Phase Support Svcs, TAM AOR The Bidder Inquiry Key is: FFN75J-KIMLBW The Bidder Inquiry System will be unavailable for new inquiries after Feb. 17, 2012, to ensure adequate time is allotted to respond to inquiries. For more information, see http://www.tam.usace.army.mil/MED12-02-06.asp
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-12-R-0044/listing.html)
- Record
- SN02669379-W 20120209/120207235326-63673936841dee14cda706bacce12220 (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 |