SOURCES SOUGHT
C -- $49M Indefinite-Delivery Architect-Engineer Services Contracts (Architectural) for Design of Miscellaneous Projects in the Pacific Ocean Division Area of Responsibility - W9128A-18-Z-0003
- Notice Date
- 11/25/2017
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A-18-Z-0003
- Archive Date
- 12/26/2017
- Point of Contact
- Curtis C. Chang, Phone: (808) 835-4376, Jennifer Ko, Phone: (808)438-8564
- E-Mail Address
-
Curtis.C.Chang@usace.army.mil, jennifer.i.ko@usace.army.mil
(Curtis.C.Chang@usace.army.mil, jennifer.i.ko@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a corrected/updated Sources Sought Synopsis for previously issued Sources Sought Synopsis W9128A-17-Z-0014. If your firm continues to have interest in this project, please re-submit your firm's response. The Honolulu District, US Army Corps of Engineers, is contemplating the award of a multiple Indefinite-Delivery Architect-Engineer Services (Architectural) Contract for Miscellaneous Projects in the Pacific Ocean Division Area of Responsibility, which include Alaska, Japan and Korea. The IDCs will consist of a one year base period and four one-year option periods. The total contract capacity will not exceed $49,000,000 for all contracts awarded under the solicitation, over the five year period. Each task order issued will be firm-fixed price (as negotiated). Note the original Sources Sought Synopsis W9128A-17-Z-0014 estimated this project would not exceed $80,000,000. This is a Sources Sought Synopsis. This announcement seeks information from industry, which will 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 SYNOPSIS. No reimbursements 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. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this sources sought synopsis. However, the U.S. Army Corps of Engineer's desire is to issue two soliciting for this requirement, one unrestricted NTE $25,000,000 and another as a small-business set-aside NTE $24,000,000 if the resulting responses support this plan. Each task order issued will be firm-fixed price (as negotiated). 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 (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Please indicate which, if any, small business entity your firm is classified, and if your firm is interested in participating as a large or small business, or both, when the solicitations are issued. Project scope: A-E firms must have primary capability in architectural engineering including Barracks design, building design, building functions, life safety, aesthetics, acoustics, accessibility, sustainability, roofing systems, furniture systems, building envelope, air barrier systems, daylighting, signage, and exterior/interior finishes for construction in the Pacific region. Firm must have a good understanding of construction using durable and easily maintainable materials. The North American Industry Classification System (NAICS) code is 541310 which has a small business size standard of $7,500,000. If a requirement is a Small Business Set-Aside, then Small Business firms are reminded that under FAR 52.219-14, Limitation on Subcontracting, they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of concern for service-type procurement. Selection of A-E firms will be made in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and Engineering Pamphlet (EP) 715-1-7. Anticipated solicitation issuance date is on or about 1 Oct 2017. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. 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 interest in bidding on the solicitation and specify your interest in the unrestricted, small business, or both when it is issued. 3. 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. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, and/or SDVOSB. 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Please see www.SAM.gov for additional information. PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors. Interested firms shall respond to this Sources Sought Synopsis no later than 11 December 2017, 2:00 p.m. Hawaii Standard Time. Information shall be submitted electronically to Curtis Chang at Curtis.C.Chang@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-18-Z-0003/listing.html)
- Place of Performance
- Address: Pacific Ocean Division Area of Responsibility, United States
- Record
- SN04748587-W 20171127/171125230048-d2ddd1943cac338a0dcdaeb85be209cb (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 |