SOURCES SOUGHT
C -- AE IDC Center of Standardization (COS) Energy
- Notice Date
- 2/18/2020 12:26:10 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- W9126G20R0016
- Response Due
- 3/17/2020 12:00:00 PM
- Archive Date
- 04/01/2020
- Point of Contact
- Daina R. Black, Phone: 8178861031, Patricia A. Jackson, Phone: 8178861054
- E-Mail Address
-
daina.r.black@usace.army.mil, patricia.a.jackson3@usace.army.mil
(daina.r.black@usace.army.mil, patricia.a.jackson3@usace.army.mil)
- 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 (A-E) 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 Indefinite Quantity (IDIQ) Contracts.� The type of set-aside decisions to be issued will depend upon the responses to this synopsis. PURPOSE: �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),Women-Owned Small Business (WOSB) 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 ��A-E services contract(s), dependent on availability of funds.� ��������� The Government is seeking qualified, experienced sources capable of providing Design Services for a variety of projects varying in construction value from $500K to $80M, procured in accordance with PL 582 (The Brooks Act) and FAR Part 36, for Architect Engineer (A-E) services required to support Department of Defense construction programs managed by the USACE Standardization and Sustainability Branch and Center of Standardization (COS) on military installations nationwide. Information on the COS and where work is performed is available on the following Web site: https://mrsi.erdc.dren.mil/cos/swf/ Design Services to be performed under the resultant firm fixed price contract may include design of COS facility types for specific project locations for Barracks, Administrative Facilities and Warehouses described below as well as planning and feasibility studies, and designs and studies related to energy and sustainability.� The COS facility types incorporate Army Standard criteria and Standard Design features to allow adaptation to specific site conditions that maximize the Army�s design dollars. Barracks: Permanent Party Barracks (a.k.a. Unaccompanied Enlisted Personnel Housing (UEPH)) dwelling units consisting of apartment-type complexes of two-bedroom, one-bath units with a kitchen.� The project is intended to be similar both operationally and functionally to military dormitories, apartment complexes, college dormitories, and three to five (3-5) story hotels with kitchenettes.� Transient Barracks, consisting of Basic Combat Training/One Unit Station Training (BT/OUST), Advanced Individual Training (AIT), and Advanced Skills Training (AST) Barracks.� The BT Barracks/Company Operations Facility (B/COF) is comprised of sleeping bays, restrooms, classrooms, storage, laundry areas, scrub rooms and company operations components.� The AIT B/COF is comprised of sleeping units, toilets, computer learning centers, multipurpose space, storage, laundry areas, day rooms, and company operations components.� The AST will be similar in nature to a Permanent Party Barracks described above.� Facilities will conform to the Architectural Barriers Act (ABA) as appropriate.� Design work may include site improvements and other infrastructure necessary to directly support the new facilities. Administrative Facilities: Administrative facilities to include Advanced Individual Training (AIT) Battalion Headquarters (BnHQ), AIT Brigade Headquarters (Bde HQ), Basic Training (BT) Battalion Headquarters (BnHQ),� AIT BnHQ is comprised of administration, command operations, special functions, storage and classroom components.� The AIT Bde HQ is comprised of administration, command operations, and special functions.� The BT BnHQ is comprised of administration, command operations, special functions, with storage and classroom components for a Training Battalion.� Facilities will conform to the Architectural Barriers Act (ABA) as appropriate.� Design work may include site improvements and other infrastructure necessary to directly support the new facilities. Warehouses: General Purpose Warehouses (GPW) are intended to be similar both operationally and functionally to provide unconditioned palletized storage of dry goods as well as office space.� Central Issue Facilities (CIF) provide storage capabilities combined with office space, used in the administration of issuing soldier�s equipment as needed. The facilities support open storage for deployment functions as necessary by the Army Unit occupying the building.� Supply Storage Activity Warehouses (SSA) provide a facility capable of storing and maintaining the Army pre-positioned stocks and items required for active duty operations.� The functional and operational requirements of the warehouse requires that the design be based on the characteristics of the material being handled and stored, the volume and flow pattern through the facility, and the inventory pattern. Therefore, the overall building design and configurations will vary as required to meet project specific requirements. Sustainability and Energy Conservation:� The Fort Worth District is the Energy Center of Expertise for Major Renovations, Solar Thermal and Waste-to-Energy.� The CX provides energy sustainability and conservation measures, program management actions, technical support, and contract vehicles to meet Federal mandated energy requirements. The energy capabilities incorporate programs, budget, and technical responsibilities for implementing USACE Energy Program to include Net Zero buildings for energy, water and waste, determine renewable energy criteria and performance contracts, develop cooperative agreements for private investment opportunities, perform energy audits, implement energy efficiency compliance standards, deliver energy benchmark for design Charrettes and overall integration of energy programmatic, technical, and execution actions. A-E SERVICES: �A-E Services are expected to be required for engineering, design, and related services to potentially include, but not limited to, any or all of the following: Sustainable Design and Study Services, Commissioning Agent (CxA) for Enhanced Commissioning LEED Credit and LEED consulting; structural engineering such as progressive collapse analysis and threat analysis; security/anti-terrorism/force protection analysis; architectural such as interior design; IT and communications systems design such as access control, intrusion detection, CCTV, mass notification, audio/visual, network infrastructure, backbone cabling; energy controls and building automation integration; HVAC design, plumbing design, fire protection, multidiscipline design support and consultant services; design, drafting, and planning services for new construction and/or renovation, demolition and alterations of existing facilities; construction cost estimating. The A-E may be required to undertake any reviews, studies or investigations, civil works studies and design, value engineering, life cycle costing, topographic surveys, soil borings and analysis, soils engineering, environmental studies and review.� Project deliverables may include engineering studies, CADD produced plans and specifications prepared utilizing SpecsIntact software (government furnished software) using Unified Facilities Guide Specifications, construction cost estimates prepared utilizing MII (MII cost estimating software will be provided by the Government with data base information purchased by the A-E), and design analysis. It is anticipated that there will be multiple pools of contracts such as Unrestricted and �Authorized Set-Asides�.� All A-E contractors are highly encouraged to participate. 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 (beta.sam.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 A-E 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, WOSB and/or EDWOSB 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information Interested firms shall respond to this Sources Sought no later than 2:00 pm (Central) 19 December 2019.� All interested firms must be registered in WWW.Sam.gov, to be eligible for award of Government contracts.� Email your responses to CESWF-CT-PreawardProposal@usace.army.mil and Daina.r.black@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/72f7f1660dd046f78ca073fe3f0e2514/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05564644-F 20200220/200218230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |