SOURCES SOUGHT
R -- RANGE AND TRAINING LAND PROGRAM- RTLP - Attachements: Capabilities Questionnaire & Statement of Work
- Notice Date
- 9/6/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-18-R-0098
- Archive Date
- 10/20/2018
- Point of Contact
- Shanika Hamilton, Phone: 2568955517, LASHONDA SMITH, Phone: 2568957795
- E-Mail Address
-
SHANIKA.L.HAMILTON@usace.army.mil, LASHONDA.SMITH@USACE.ARMY.MIL
(SHANIKA.L.HAMILTON@usace.army.mil, LASHONDA.SMITH@USACE.ARMY.MIL)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK CAPABILITIES QUESTIONNAIRE: Please respond to all questions as completely as possible This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330Engineering Services. The small business size standard is $15.0 Million. This Sources Sought is for market research purposes only and IS NOT A REQUEST FOR STANDARD FORM 330 OR A REQUEST FOR PRICE PROPOSAL nor does it restrict the government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies and responses will not be returned. 1. CONTRACT INFORMATION. The U.S. Army Engineering and Support Center, Huntsville (CEHNC) is the designated Mandatory Center of Expertise for the Range and Training Land Program (RTLP). These projects are vital to ensuring that soldiers are properly trained and the interests of the United States are preserved and protected. CEHNC is seeking capability statements from firms interested in proposing on an Indefinite Delivery Contract for Architect-Engineer (A-E) Design Services in support of the RTLP. Any contracts awarded will be procured in accordance with the Selection of Architects and Engineers (formally known as the Brooks Architect-Engineer Act) as implemented in FAR Subpart 36.6 and Engineering Pamphlet 715-1-7. Firms will be selected for negotiations based on demonstrated competence and professional qualifications for the required work. CEHNC anticipate a twenty four (24) month base ordering period and three (3) twelve (12) month optional ordering periods; for a five (5) year total ordering period. The anticipated contract capacity is estimated at $45M. The Government intends to procure this as a full and open acquisition with a portion set-aside for small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, Small Disadvantaged Business, Woman Owned, Minority, Native American and/or Service Disabled Veteran Owned). Interested small business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions attached. If no experience or capabilities are associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining what part, or all, of the acquisition will be set-aside for small business competition. 2. PROJECT INFORMATION. The Government's objective is to select A-E firms for design services, to include: initial site investigation through engineering services during construction; to support various Army, Army Reserve, National Guard and Marine Corps installations; design projects for Corps of Engineers District offices; and other Federal and State agencies. A-E-type services may occur at sites associated with the U.S. Army, U.S. Marine Corps or as requested by other agencies. RTLP design services are required to support various locations operated by the Department of Defense (DoD) and other federal and state agencies throughout the Continental United States, Hawaii, Alaska and U.S. territories as well as Japan, Republic of Korea, Italy, Germany, and Afghanistan. Other countries outside the Continental United States may be added if deemed appropriate after an analysis of the regulations and international agreement terms between the United States and the respective foreign country. However, the contract file will be documented accordingly to ensure compliance with the approved acquisition plan. It's been recognized that foreign country contracting may involve unique challenges or require local clauses when preparing solicitation(s) (e.g., Japan requires indirect contracting and Korea requires contractor and tech rep status local clauses to be incorporated), so coordination will be done with the Office of Counsel to ensure all appropriate clauses and provisions are included. Specific requirements are expected to include: • RTLP Project Planning; • Unexploded Ordnance Support During Design Services; • Prepare Design Build Request For Proposals; • DD Form 1391s Development; • Site Investigations; • Engineering Analysis; • Surface Danger Zone Analysis; • Evaluations and Studies; • Surveying and Geotechnical Investigations; • Innovative Technology Applications Analysis; • Sustainable Design Applications; • National Environmental Protection Agency Documentation Investigations; • Construction Plans; • Specifications and Cost Estimates Value Engineering Studies; • Contract Solicitation Documents; and • Engineering Services during Construction Engineering services during construction may include: • Supervision and Inspection of Construction; • Review of Shop Drawings; • Schedules and Sequencing of Construction; • Preparation of Operation and Maintenance Manuals; • Engineering/Design during Construction, and Quality Assurance Surveillance 3. SUBMISSION REQUIREMENTS. Interested firms should complete and submit the capabilities questionnaire by providing brief narratives indicating your firms experience and qualifications with similar type services, as well as the prime contractor's name, address, point of contact phone number and email address and complete the capabilities questionnaire. Submit responses via email to CEHNC-RTLP@usace.army.mil. Submission shall be received NO LATER THAN: 2:00 p.m. Central Time, Friday, 5 October 2018; and should not exceed ten (10) one-sided, 8 1/2" X 11" pages. Computer files must be compatible with Microsoft Word 2013. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to CEHNC-RTLP@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. SECTION 4. RETURN INSTRUCTIONS After you have completed all sections of the capability questionnaire, please return the form to the CEHNC-RTLP@usace.army.mil. Your response shall be received no later than 2:00 p.m. Central Time, Friday, 5 October 2018. Information presented is for market research purposes only. Contracting Office Address: USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301 Place of Performance: USACE HNC, Huntsville P. O. Box 1600, Huntsville, AL 35807-4301 US Point of Contact(s): Lashonda Smith, 256-895-7795 USACE HNC, Huntsville Shanika Hamilton, 256-895-5517 USACE HNC, Huntsville
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-18-R-0098/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- Zip Code: 35807-4301
- Record
- SN05075604-W 20180908/180906231633-b9d9ee9317a283e408cb41b5ce353000 (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 |