SOURCES SOUGHT
C -- Contruction Phase, Architect-Engineer Services in support of construction projects
- Notice Date
- 5/18/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-17-S-0006
- Point of Contact
- Diane Cianci, Phone: 9186697458
- E-Mail Address
-
diane.cianci@usace.army.mil
(diane.cianci@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE W912BV-17-S-0006; 18 May 2017 Construction Phase, Architect - Engineer Services in Support of Construction Projects Administered by the Tulsa District Corps of Engineers This is a SOURCES SOUGHT NOTICE ONLY. This notice seeks information from industry for preliminary planning purposes and market survey information only; to be used for acquisition strategy development. No proposals are being requested, and no proposals will be accepted in response to this Sources Sought. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. The U.S. Army Corps of Engineers (USACE) - Tulsa District may process an acquisition for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction phase A-E services in support of construction projects administered by the Tulsa District. Task orders under the IDIQ contract will be firm fixed price. No reimbursement will be made for any costs incurred from responding to this Sources Sought or for any associated follow-up information requests. The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of various members of industry; to include Small Business, Section 8(a), Women Owned Small Business (WOSB), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business, Small Disadvantaged Business and Large Business. The type of solicitation that may be issued will depend upon the outcome of market research. The Government must ensure there are adequate capability, experience, and competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE REQUIREMENT: The Government may be seeking qualified, experienced firms capable of providing the full spectrum of construction phase A-E services. The contractor must have extensive knowledge of all pertinent local building codes to include but not necessarily limited to the International Building Code, International Mechanical Code, International National Electric Code, Leadership in Energy and Environmental Design, etc... The contractor must also have extensive knowledge of the USACE three phase inspection system as well as WINRMS. The contractor shall demonstrate the capability to execute multiple concurrent task orders for construction phase A-E services including but not limited to: providing a series of qualified construction, engineering, and safety professionals to participate as members of the USACE onsite contract administration teams (as many as 50 professionals may be required at any given time for extended periods of time up to 12 months). The required services will include but not limited to: onsite review of contractor submitted shop drawings and submittals for conformance with the approved plans and specifications, daily onsite evaluation of construction methods and materials, onsite interpretation of plans and specifications, daily evaluation of jobsite safety, onsite evaluation of construction progress, and daily onsite evaluation of construction for conformance with applicable building codes. Contractors responding to this Sources Sought shall demonstrate experience and expertise to manage and perform substantially large and complex full spectrum construction phase A-E services as outlined above. The IDIQ would have a total estimated capacity of $9.9M over a five-year period consisting of a base and option years. Small Business firms are reminded of the requirement under FAR 52.219-14, Limitations on Subcontracting, to self-perform 50% or more of the work. Prior Government contract work is not required for submitting a response under this Sources Sought Synopsis. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is: NAICS Code: 541330 - Engineering Services. Small Business Size Standard is $15,000,000. Contract award would be based on overall "qualification-based selection" to the Government. The anticipated solicitation issuance date would be on or about 15 July 2017, and the estimated proposal due date would be on or about 15 August 2017. Sources Sought responses must be provided by 1700 CST on 02 June 2017. All interested firms must be registered in CCR to be eligible for award of Government contracts. CAPABILITIES STATEMENT CRITERIA: 1. The capabilities statement is limited to 5 pages and shall be submitted in PDF format with the following file name convention: Contractor's Name_SS W912BV-17-S-0006 EXP STATEMENT. 2. Company name, address, point of contact, telephone number, and email address. 3. Firm's interest in bidding on the solicitation when it is issued. 4. Business Class Designation (Large Business, Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDVOSB), Veteran-Owned Small Business, Woman-Owned Small Business (WOSB), etc.); under NAICS code 541330. NAICS Code 541330 has a small business class size standard of $15,000,000.00. FSC for this requirement is C211, A/E Non Construction General. 5. Provide a general statement of the Firm's capabilities; as they pertain to this Sources Sought. 6. Demonstrate specialized experience and technical competence for managing and performing a broad spectrum of construction phase A-E services. 7. Provide a minimum of three examples of similar type projects performed within the past two years. Include name, address, telephone number, and email address of reference(s), contract phone number for POC from your firm, total contract value and period of performance for each example project. 8. Describe ability to perform work within the Tulsa District geographical boundaries. 9. Firm's Joint Venture and/or Mentor-Protege information if applicable - existing and potential. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Diane Cianci, at diane.cianci@usace.army.mil. PERSONAL VISITS OR PHONE CALLS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your capabilities statement to diane.cianci@usace.army.mil. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Contracting Office Address: USACE District, Tulsa, ATTN: CECT-SWT-E, 1645 South 101st East Avenue, Tulsa, OK 74128-4609 Point of Contact: Ms. Diane Cianci, 918-669-7458
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-17-S-0006/listing.html)
- Place of Performance
- Address: Southwest Division (Oklahoma, Kansas, Texas), United States
- Record
- SN04514829-W 20170520/170519000821-5c0d2ffa45c7c6e3671f005b7f2eda43 (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 |