Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2017 FBO #5867
SOURCES SOUGHT

C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR MULTIDISCIPLINE ARCHITECT ENGINEER (AE) DESIGN SERVICES, MILITARY AND CIVIL, FOR SOUTHWESTERN DIVISION PROJECTS (AR, LA, OK, TX) AND LIMITED NATIONWIDE AND OCONUS PROJECTS

Notice Date
12/14/2017
 
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
W9126G18R0057
 
Archive Date
1/27/2018
 
Point of Contact
Patricia A. Jackson, Phone: 8178861054, Linda D Eadie, Phone: 817-886-1085
 
E-Mail Address
patricia.a.jackson3@usace.army.mil, linda.d.eadie@swf02.usace.army.mil
(patricia.a.jackson3@usace.army.mil, linda.d.eadie@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought announcement is part of a market survey for information to be used only for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICIATION 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 U.S. Army Corps of Engineers, Fort Worth District, is seeking sources for professional, multidiscipline Architect Engineer (AE) design services, Military and Civil. Depending upon the analysis of the responses received, the proposed acquisition(s) 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, 8(a) Certified Small Business, Historically Underutilized Business Zones (HUBZone), Services-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 AE services contract(s), dependent 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 Arkansas, Louisiana, New Mexico, Oklahoma and Texas. However, task orders may, on a limited basis, be awarded through other Corps of Engineer Districts, other DoD or other Federal agencies for projects anywhere in the U.S., its territories, or worldwide in support of its missions. DESCRIPTION OF SERVICES: The Government is seeking qualified, experienced sources for Multidisciplinary Architect/Engineer Design Services (Military or Civil Works) in accordance with Public Law (PL) 92-582, formally known as the Brooks Act and implemented in the Federal Acquisition Regulation (FAR) part 36.6. Task orders will support various military and civil works project 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 AE shall furnish all services, materials, supplies, transportation and supervision to complete each task order. The AE shall be able to provide: 1) Development of full design-bid-build packages and Request for Proposal (RFP) packages for design-build project; 2) Multi-disciplined design support and consultant services; 3) Construction management services as it relates to design; 4) Cost estimating, cost control and scheduling; 5) Design, drafting, and planning services for renovation, demolition and alterations to existing facilities; 6) Civil works/water resource planning, economic and environmental studies, reporting and related services, water control manuals; 7) Studies, surveys, documentation, and analysis. ESTIMATED CONTRACT DURATION AND CAPACITY: The contract(s) are anticipated to include a base period (not-to-exceed [NTE] one (1) year and four (4) optional periods (NTE one year each), for a total contract performance period NTE five (5) years. 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 $15 million. The Product and Service Code (PSC) is C219. If a requirement is a Small Business Set-Aside then small business firms are reminded of the requirements under FAR Clause 52.219-14 Limitations on Subcontracting. The offeror/contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred shall be expended for employees of the concern. BASIS OF AWARD: Award will be based on selection of the most highly qualified firm or firms in accordance with Public Law 92-582 procedures and FAR Part 36.6. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fb.gov). Prior Government contract work is not required for submitting a response under this sources sought synopsis. SOURCES SOUGHT RESPONSE: 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 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 with the past five [5] years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least three (3) examples 5. Firm's business size - Large Business, Small Business, 8(a), HUBZone, SDVOSB, and/or EDWOSB 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information Interested firms shall respond to this sources sought synopsis no later than 2:00 PM (CST) 9 January 2018. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of a Government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0057/listing.html)
 
Record
SN04767823-W 20171216/171214231652-8f611cd2f51eef9305e513ce45ebf748 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.