SOURCES SOUGHT
C -- Architect-Engineer (A-E) General Services for
- Notice Date
- 6/11/2020 10:11:33 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G20R0084
- Response Due
- 7/13/2020 12:00:00 AM
- Archive Date
- 07/28/2020
- 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
- SOURCES SOUGHT SYNOPSIS for Architect-Engineer (A-E) General Services for Tactical Equipment Maintenance Facilities (TEMFs) In Support of the US Army Corps of Engineers Fort Worth District and Southwestern Division Military Mission This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS 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 Sources Sought or resulting market research. The U.S. Army Corps of Engineers, Fort Worth District (SWF) has a requirement for Architect-Engineer (A-E) services for the repair, renovation and new construction of TEMFs, Vehicle Maintenance Shops (VMS) and facilities with similar functions.� The proposed acquisition is anticipated to be a firm-fixed price Indefinite Delivery Contract (IDC) to support a Single Award Task Order Contract (SATOC) for engineering services related to TEMFs and similar facility types.� The type of set-aside decision to be issued will depend upon the responses to this synopsis. � 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 (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. Description of Services: The Government is seeking qualified and experienced firms for multidisciplinary Architect-Engineer (A-E) services in accordance with Public Law 92-582, the selection of Architects and Engineers statute (formerly known as the Brooks Act) and Federal Acquisition Regulation (FAR) Part 36.6, proficient in TEMFs, and similar facilities.� A-E Firms are expected to be capable of providing design build request for proposal packages (DB RFPs) and full design-bid-build packages (DBB RFPs) related to building repairs, renovations, alterations, and demolition, as well as new construction at military facilities. Additional capabilities required include engineering studies, surveys, cost estimating and construction management support related to the facility types. A TEMF is defined as a complex of facilities for the maintenance, repair, deployment, mission planning/rehearsal, training, and sustainment of equipment assigned to a unit other than aircraft.� It defines space and equipment to maintain vehicles and associated equipment for all levels of maintenance below depot level for Table of Organization Equipment (TOE).� Typical operations within the primary vehicle maintenance shop (VMS) and the TEMF complex include inspection, lubrication, preventive maintenance, diagnostic analysis, welding, body work, replacement of direct exchange systems, mobile maintenance team support, replacement of major components, repair of emission control system, performance of body and frame repair, and administration and scheduling of vehicle use and maintenance. � Location of Services: Location is determined on a task order basis. Services are anticipated to be located within the SWF geographic area of responsibility (AOR) of TX, LA and NM. Estimated Contract Duration and Capacity: �The SATOC requirement supporting TEMF and associated maintenance facility types is currently projected to be $48M. The contract period of performance is to be determined, but will likely be a minimum of five (5) years, to include a one-year base and four one-year option periods. All Small Business, Section 8(a), SDVOSB, WOSB and HUBZone firms are encouraged to participate. The result of the sources sought will influence the parameters of the SATOC. The estimated maximum size of a task order is $4.4M. The estimated smallest task order size is $250,000. �The projected average amount of task orders is $1.1M.� The estimated average number of task orders to be managed concurrently is 3, anticipating 1 large task order and 2 average size task orders. �The actual minimum and maximum task order size will be determined after the completion of market research, which includes an analysis of the sources sought capabilities statements received. The North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services, which has a small business size standard of $16.5 Million. Small Business firms are reminded under FAR 52.219-14 (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. �Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Basis of Award: Award will be based on selection of the most highly qualified firm in accordance with Brook Act procedures and FAR Part 36.6. Anticipated AE synopsis issuance date is on or about October 2020. The official synopsis citing the solicitation number will be issued on beta.SAM.gov. �Firms are encouraged to register electronically through SAM. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: Firm�s name, address, point of contact, phone number, and e-mail address. � Firm�s interest in bidding on the solicitation when it is issued. � Firm�s capability to perform a contract of this magnitude and complexity outlined in the Description of Services above (include firm�s capability to execute AE services-comparable work performed within the past 5 years).� Provide a brief description of the project, customer name, timeliness of performance, and dollar value of the project � provide at least 3 examples. � Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, and WOSB � Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. � Provide the largest task order value the firm can perform for a single task order award. � Can the firm perform on five (5) average size task orders concurrently, estimated at $1.1M, if they are located in any combination of the states of TX, NM and LA? � � Is the firm interested in proposing on the solicitation if the contract period of performance had a base period NTE three (3) years and four (4) one-year option periods for a total contract performance period NTE seven (7) years? Interested Firms shall respond to this Sources Sought Synopsis no later than 13 July 2020 at 2pm CST. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of a Government contracts ((www.sam.gov). Email is the preferred method when receiving responses to the synopsis. No hardcopy or facsimile submissions will be accepted. Email your response to the Contract Specialist. Place of Performance: Primarily Fort Worth District (SWF) but includes Southwestern Division Boundaries Primary Point of Contact: Daina R. Black, Contract Specialist Daina.R.Black@usace.army.mil 817-886-1031 Secondary Point of Contact: Patricia A, Jackson Contracting Officer Patricia.A.Jackson3@usace.army.mil 817-886-1054
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/24ace67124154c9ba2d21bf3859ffc0e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05687988-F 20200613/200611230202 (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 |