SOURCES SOUGHT
C -- Sources Sought Announcement for General Architect and Engineering (A-E) Contract in Poland
- Notice Date
- 4/14/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB-17-X-0035
- Archive Date
- 5/2/2017
- Point of Contact
- Erica J Taylor,
- E-Mail Address
-
Erica.J.Taylor@usace.army.mil
(Erica.J.Taylor@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT FOR GENERAL ARCHITECT-ENGINEERING SERVICES CONTRACT IN POLAND This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 541330, Engineering Services 3. PLACE OF PERFORMANCE: Poland 4. ANTICIPATED PROJECT TITLE: FY17 AE APS Poland 5. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding ONE General A-E Services Standalone C-Type Contract to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. PRIMARY FACILITY: Equipment Storage and Maintenance Complex This is a standalone C-Type Contract for General A-E Services for Army Prepositioned Stock Care and Prevention Center and Ammunition Storage Facilities in Poland. USACE NAU anticipates need for Architect-Engineer (A-E) services required for performing a site investigation, preparation of design for the design-bid-build package, responses to requests for information during construction contract solicitation, and an optional support during construction for an Army Prepositioned Stock (APS) Care and Prevention Center and Ammunition Storage Facilities in Poland. The A-E shall furnish all labor, equipment, materials and supplies necessary for managing and performing investigations, studies, travel, and generating reports for required services. The A-E is responsible for determining what disciplines and skill sets are required for accomplishing the work under this contract and form a team accordingly. The A-E shall accomplish the required services and furnish to the Government reports and other data together with supporting material developed during the period of service. During the execution of this contract, the A-E shall provide adequate supervision and quality control to assure the accuracy, quality, timeliness, and completeness of the work. Estimated Value of the Contract: The estimated contract value is not to exceed $24 million. Performance Period: The anticipated base period of performance is 12-15 months for design and an additional 36 months of optional construction phase services including addressing Requests for Information and submittal review during construction. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe.   6. PROJECT DESCRIPTION: Army Prepositioned Stock (APS) equipment storage and maintenance complex. Primary facilities include a care and preservation warehouse, care and preservation vehicle maintenance shop, Class VII/IX warehouse, overhead protection, vehicle storage shed, petroleum oil and lubricants (POL) storage, hazardous material (HAZMAT) storage, ammunition storage facility, an operations building, wash rack and earth covered magazines (ECM). Fire suppression/detection systems and Energy Monitoring and Control Systems (EMCS) will be provided. Supporting facilities include new utility connections, security lighting, area lightning protection, paving, non-organizational vehicle parking (POV), walkways, storm drainage, site clearing and grading, fencing, landscaping, and signage. The design requirements shall need to consider US and host nation design codes and standards. Security Requirements: There may Security Requirements for base access associated with this procurement. NATO Technical Standards: Interested firms may be required to demonstrate knowledge of NATO Technical Standards and International Competitive Bidding procedures. 7. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of A-E Firms who have the capabilities to complete and perform a contract of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 8. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither 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. 9. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation): • Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address • Offeror's interest in proposing on the solicitation when it is issued • Offeror's Cage Code and DUNS number. • Offeror's capability to perform a contract of this magnitude and complexity (include offeror's capability to execute A-E services, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 1 example that demonstrates: o capability to work in Poland (please identify whether the capability is in-house or not) o experience working in Europe, specifically in Poland o capacity to perform approximately $15 million in work over a one year period. • Offeror's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available 10. RESPONSES DUE: All interested contractors should submit responses via email by 14:00 hours Central European Summer Time on 01 May 2017. Submit responses and information to Contracting Division at cenau.proposal@usace.army.mil and Contracting Officer Erica Taylor at erica.j.taylor@usace.army.mil. No hard copies will be accepted. 11. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contracting Officer Erica Taylor at erica.j.taylor@usace.army.mil and cenau.proposal@usace.army.mil. ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-X-0035/listing.html)
- Record
- SN04473859-W 20170416/170414235029-613a97dac5b82a7c842581baec0c9d42 (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 |