SOURCES SOUGHT
C -- IDIQ FOR MULTIDISCIPLINARY CONSTRUCTION PHASE SERVICES TO INCLUDE TECHNICAL and OTHER PROF. SERVICES (BROOKS ACT) TO SUPPORT ENG AND CONST DIVISION, MIL/CIVIL, AND OTHERS WITHIN SWD BOUNDARIES (AR, LA, OK, TX) & LIMITED NATIONWIDE BASIS
- Notice Date
- 12/12/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-13-R-0291
- Response Due
- 1/15/2013
- Archive Date
- 2/10/2013
- Point of Contact
- Andy Nelson, 817-886-1055
- E-Mail Address
-
USACE District, Fort Worth
(andrew.j.nelson2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS: This Sources Sought announcement is part of a market survey for information only to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. THEREFORE NO SF 330 FORMS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The US Army Corps of Engineer, Fort Worth District, is seeking sources for Construction Phase, Technical, or other Professional Services, Military and Civil. Depending upon the market research of responses received, the proposed acquisitions will be competitive, firm fixed price, indefinite delivery Multiple Award Task Order Contracts. The type of set-aside decisions to be issued will depend upon the responses to this synopsis. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community, Section 8(a) Certified Small Business, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to complete an open pre-solicitation notice in the near future for indefinite delivery indefinite quantity A/E services contract(s), dependant on availability of funds. It is anticipated that there will be multiple pools such as Unrestricted and authorized set asides. All contractors are highly encouraged to participate. LOCATION OF SERVICES: To be determined on individual task orders. Projects are anticipated to be primarily in support of mainly Fort Worth District and Southwestern Division Projects, U.S. Army Corps of Engineers, in the states of AR, LA, NM, OK and TX. However, Task Orders may, on a limited basis, be awarded through other Corps of Engineer Districts, other DOD or other Federal agencies for projects on a nationwide basis. DESCRIPTION OF SERVICES: The Government is seeking qualified, experienced sources for Construction Phase, Technical, or other Professional services (Military and Civil Works) in accordance with PL-582 (Brooks A-E Act) and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. Task Orders shall support various military and civil works projects which are generally within, but not limited to the SWD regional boundaries to allow the flexibility of sharing capacity with other Corps Districts (outside SWD boundaries) and other Federal agencies in unique cases. The services necessary for each requirement will be negotiated and awarded as individual task orders. The Architect- Engineer (A-E) shall furnish all services, materials, supplies, and supervision required to complete each task order. The A-E shall be required to perform all or part of the construction management, contract performance support, General Construction Quality Assurance Services, General Construction Administrative Assistant services and all other services related to CPS services and Technical Support services. The specific nature of the work to be performed will be as contained within the individual task order scopes of work. The A-E will required to provide a CPS Quality Assurance (QA) Team to support the Government's Construction Management of various installations with emphasis on Quality Assurance (QA) of the construction. The CPS QA Team will provide field office support to the Resident Office in charge of the construction contract. The A-E will provide a CPS Quality Assurance (QA) Team to support the Government's Construction Management of various installations with emphasis on QA of the construction. The CPS QA Team will provide field office support with labor categories that include, but are not limited to: Civil Engineering Tech, Engineering Tech - Contract Admin, Office Engineer - Contract Admin, Environmental Specialist, Estimator, Materials Engineer Tech, Quality Assurance Rep, Quality Assurance Specialist, Scheduler, Project Controls Management & Scheduler, Technical Writer / Public Affairs Specialist, Web and Electronic Media Specialist, Information Technology (IT) Specialist, Administrative Specialist, Senior Administrative Specialist, Administrative and Payroll Specialist, Safety Officer, Fire Protection and Life Safety Specialist, Commissioning Specialist, Architect (Field), Architect (Design), Interior Designer, BIM Manager, GIS Specialist, Civil Engineer, Electrical Engineer (Field), Electrical Engineer (Design), Geotechnical Engineer, Mechanical Engineer (Field), Mechanical Engineer (Design), Structural Engineer (Field), Structural Engineer (Design), Construction Management Specialist, Project Engineer, Project Manager, et al). ESTIMATED CONTRACT DURATION AND CAPACITY: The contract(s) will include a base period, not-to-exceed (NTE) one (1) years and two (2) option periods (NTE one year), for a total contract performance period NTE three (3) years. The total contract capacity will not exceed an estimated $30M for the total program. However, the actual amount may be less than estimated. The estimated maximum size of a task order is $5M, with the average task order size estimated at $150K. Firms must have ability to perform up to three (3) task orders simultaneously. North American Industry Classification System (NAICS) code is 541330 and has a Small Business Size Standard of $14 million. The Standard Industrial Code (SIC) is 8711. The Product and Service Code (PSC) is C219. If a requirement is a Small Business Set-Aside then Small Business firms are reminded under FAR 52.219-14 Limitations on Subcontracting that they must self perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. BASIS OF AWARD: Award will be based on selection of the quote mark most highly qualified quote mark firm or firms in accordance with A-E Brooks Act (Public Law 92-582) procedures in accordance with Federal Acquisition Regulation (FAR) subpart 36.6. Anticipated AE synopsis issuance date is on or about July/August 2013 timeframe. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and invite firms to register electronically to receive a copy of the solicitation when it is issued. Prior Government contract work is not required for submitting a response under this sources sought synopsis. SOURCES SOUGHT REPSONSE: Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.Firm's name, address, point of contact, phone number, and e-mail address. 2.Firm's CAGE CODE and DUNS Number. 3.Firm's interest in proposing on the solicitation when it is issued. 4.Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute AE services comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 5.Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, and/or EDWOSB 6.Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable Interested firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. (central) 15 January 2013. All interested firms must be registered in the System for Award Management (SAM, formerly CCR) to be eligible for award of a government contract. Email, mail, or fax your response to the Contract Specialist (Andrew Nelson) EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THE SYNOPSIS. Email: andrew.j.nelson2@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-13-R-0291/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02947185-W 20121214/121212234430-6df02bc4ff6c647b6ff09d3f62c43729 (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 |