Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2020 SAM #6734
SOURCES SOUGHT

99 -- SOURCES SOUGHT ANNOUNCEMENT NO. W9128F20X0BFQ INDEFINITE DELIVERY CONTRACTS FOR ARCHITECT-ENGINEER SERVICES, NORTHWESTERN DIVISION, USACE

Notice Date
5/5/2020 9:55:27 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F20X0BFQ
 
Response Due
6/1/2020 3:00:00 PM
 
Archive Date
06/01/2020
 
Point of Contact
Ericka Collins, Tyler P. Hegge
 
E-Mail Address
ericka.t.collins@usace.army.mil, tyler.hegge@usace.army.mil
(ericka.t.collins@usace.army.mil, tyler.hegge@usace.army.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT NO. W9128F20X0BFQ INDEFINITE DELIVERY CONTRACTS FOR ARCHITECT-ENGINEER SERVICES, NORTHWESTERN DIVISION, USACE This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE.� Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer should a solicitation be released.� There is no solicitation document associated with this announcement; this is not a request for proposal (RFP).� The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued.� No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information.� The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information.� Proprietary information will be safeguarded in accordance with the applicable Government regulations.� This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. � The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses (SB), 8(a), HUBZone, Small Disadvantaged Businesses (SDB), Service Disable Veteran Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB), as well as other-than-Small Business firms (�Large� businesses), that are capable of providing services under North American Industrial Classification System (NAICS) code 541330 Engineering Services, which has a small business size standard of $16.5M in annual average gross receipts over the past three (3) years.� All qualified, interested, capable firms are highly encouraged to respond to this sources sought announcement. SCOPE OF REQUIREMENT The Government has a need to replace existing Indefinite Delivery Contracts (IDCs) for Architect-Engineer (A-E) Services that are nearing their capacity limits in the coming years.� The scope of the IDCs is Preparation of Studies, Analysis and Design Services for Military and Civil Works Projects within the Northwestern Division (NWD), U.S. Army Corps of Engineers (USACE).� NWD serves the states (all, or part of, depending on boundaries for the different Military and Civil programs) of WA, OR, ID, NV, UT, MT, WY, CO, ND, SD, NE, KS, IA, MO, MN and WI; NWD boundaries map can be viewed at http://www.nwd.usace.army.mil/Locations.aspx.� The A-E services will include studies, analysis and design in support of (1) new, additions and renovation of facilities including administrative, operations, training and maintenance facilities; (2) new or repair of infrastructure for facility-related site utilities and grounds, as well as site planning design, surveying, landscaping and roads and bridges; and (3) specialized building systems such as fire protection, security, detection and alarm systems and Energy Management Control Systems.� Services will also include development of construction cost estimates, integration of current USACE sustainable design requirements, as well as construction submittal reviews.� Anticipated key disciplines include project management, facility planning, architecture, interior design, mechanical, electrical, fire protection, building commissioning, structural, Anti-Terrorism/Force Protection (AT/FP), civil, communications engineering, cost estimating, geotechnical, and land surveyor.� It is expected that the IDCs will primarily support military and Department of Veteran Affairs projects. TYPES OF CONTRACTS Contracts will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6.� It is projected that each contract awarded will have an ordering period of seven (7) years from the date of award, via some combination of base and option years (e.g. four-year base plus one three-year option period). �The number of IDCs and dollar capacity to be awarded is undetermined at this time.� Task orders will be firm-fixed-price.� Task orders against existing IDCs to be replaced have ranged from approximately $3,000 to $3,500,000, with the overall per-task-order average being approximately $300,000 for Small Business concerns, and $750,000 for Unrestricted concerns.�� SUBMISSIONS/RESPONSES Responses to this Sources Sought Announcement/RFI shall be limited to five (5) pages in a single PDF document and should include the following information (item numbers (1) through (7) below).� Additional pages, cover letters, and extraneous materials are NOT desired.� Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. (1) Firm name, address, point of contact, phone number and e-mail address. (2) Firm DUNS Number and CAGE Code. (3) Firm business size in relation to NAICS code 541330 Engineering Services [which has a small business size standard of $16.5M in annual average gross receipts over the past three (3) years], AS WELL AS TYPE(S) OF SMALL BUSINESS, IF/AS APPLICABLE. [Items (4) � (8) are generally representative of the primary selection criteria the Government anticipates using for this acquisition, although not guaranteed to be exhaustive for purposes of this market research.] (4) Experience.� Provide three (3) project examples, where experience should have occurred in the last five (5) years.� Project examples should demonstrate specialized experience and technical competence to execute the types of projects and activities as indicated in paragraph above titled �SCOPE OF REQUIREMENT�, as well as the following additional relevant items: Experience in horizontal and vertical design of military construction or military operations and maintenance projects; Experience with construction phase services including participation in on-site partnering/pre-construction meetings; review of construction contractor's submittals for government approval and for information only; participation in site visits and furnishing inspection reports at critical points of construction; participation in start-up and commissioning of systems; attending warranty inspections; participation in lessons-learned sessions; preparation of operations and maintenance support information manuals; Experience in adapting standard design packages; Experience with USACE design guidance, including Unified Facility Criteria documents, engineer technical letters (ETL�s), and other military design criteria documents; Experience with preparing specifications using SpecsIntact software; Experience with preparing cost estimates using Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software; Experience� with Department of Defense AT/FP design criteria and construction standards; Experience with life safety and fire protection design of military or civil facilities; and Experience with Sustainable Design or Green Building (LEED) design and construction concepts including energy efficiency, use of recovered materials, waste reduction, and pollution prevention, using the LEED evaluation and certification process. � FOR EACH PROJECT EXAMPLE PROVIDED, include a brief description of the project (scope), dollar value, offeror's role as a prime contractor or subcontractor, project duration (start/end dates), customer/owner name with point of contact and contact information (phone number and email address) of someone from the customer/owner who can verify the information provided.� The Government reserves the right to verify, confirm, follow-up on, etc. information provided with response, as it determines necessary. (5) Key personnel.� Demonstrate professional personnel qualifications sufficient to meet the scope of this requirement, e.g. via a list or table of registered professionals in the key disciplines listed in �SCOPE OF REQUIREMENT� paragraph above.� Firm of employment for all personnel identified shall also be noted. (6) Capacity to accomplish the work.� Demonstrate capability and capacity to perform services on multiple task order awards concurrently.� Be specific regarding dollar amounts and ability to meet schedules. (7) Work management.� Discuss/demonstrate items such as team organization, quality control procedures, cost control and coordination of in-house disciplines and subconsultants/subcontractors.� Include in this section any Teaming Arrangement, Joint Venture or Mentor-Prot�g� information, if/as applicable. -------------------- Responses to this Sources Sought Announcement are due no later than close of business, Monday, 1 June 2020.� Email your response to Tyler Hegge at tyler.hegge@usace.army.mil and Ericka Collins at ericka.t.collins@usace.army.mil.� Other forms of submission (e.g. regular mail, hand-delivered, facsimile) will not be accepted.� Responses received after the stated due date/time will not be considered.� No additional information will be provided during the announcement period.� Personal visits to discuss this announcement will not be allowed.� Service providers must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a41871482a9d4dc4a8cebbea22aa3b83/view)
 
Record
SN05646785-F 20200507/200505230207 (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 |
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.