SOURCES SOUGHT
C -- Architect-Engineer Contracts - Sources Sought Response Form
- Notice Date
- 10/26/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G18RAESV
- Point of Contact
- Alice Austin, Phone: 8178861267
- E-Mail Address
-
alice.m.austin@usace.army.mil
(alice.m.austin@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Response Form SOURCES SOUGHT SYNOPSIS For Architect-Engineer Contracts In Support of USACE Southwestern Division Border Infrastructure Project Management Office This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS 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 Sources Sought or resulting market research. The U.S. Army Corps of Engineers, Southwestern Division, Border Infrastructure Project Management Office (BI-PMO) has a requirement for Architect-Engineer (A-E) services requiring the solicitation and award of Indefinite Delivery Contracts (IDCs) in support of Department of Homeland Security Programs. The proposed acquisitions will be firm fixed price, indefinite delivery-indefinite quantity (IDIQ) contracts. The results of the market research will determine the type of business set-asides that will be utilized in the resulting Requests for Proposals. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. The contract period of performance is to be determined, but will likely be for a total of five years including all options. The total contract capacity is estimated at approximately $500 million subject to full definition of requirements and the results of market research. The estimated minimum range of a task order is $250 thousand. The estimated maximum size of a task order is $10 million with an estimated average task order size of $1.5 million. The actual minimum and maximum task order size for the resulting contract(s) will be determined after the completion of Market Research, which includes an analysis of the sources sought capabilities statements received. The North American Industry Classification System code for this procurement is 541330, Engineering Services, which has a small business size standard of $15M. 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. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated RFP issuance date is on or about 30 April 2018. 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. Responses to this Synopsis shall be limited to the completed Sources Sought Response document included as an attachment to this Sources Sought. Interested Firms shall respond to this Sources Sought Synopsis no later than 25 November 2017. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to border.infrastructure@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18RAESV/listing.html)
- Place of Performance
- Address: Services will be required for projects along the international land boundaries of the United States., United States
- Record
- SN04723701-W 20171028/171026230831-261233d8fd31e6703c019942f2638f8a (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 |