SOURCES SOUGHT
C -- Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) Services for the East Campus Integrated Program Office
- Notice Date
- 11/13/2020 6:24:00 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- PANNAD-21-P-0000-001047
- Response Due
- 11/27/2020 12:00:00 PM
- Archive Date
- 12/12/2020
- Point of Contact
- Sierra S. Marshall
- E-Mail Address
-
sierra.s.marshall@usace.army.mil
(sierra.s.marshall@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. This Sources Sought notice is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10.� This notice is for informational purposes only and does not constitute an invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government.� The Government will not reimburse contractors for any cost incurred for their participation in this Sources Sought.� Large and small businesses are encouraged to participate in this survey.� The Government may base decisions about a future procurement on the responses to this survey. The U.S. Army Corps of Engineers (USACE), Baltimore District (hereinafter USACE Baltimore District), seeks to determine the availability and adequacy of potential sources to support acquisition of the requirements stipulated below. �Should acquisition of these requirements follow this market research effort, it will be conducted in compliance with the Brooks Act. The applicable NAICS code for this procurements is 541330 Engineering Services with a size standard of $16.5M. The USACE Baltimore District is seeking sources to perform A/E Services for the design of new facilities to complete East Campus within Fort Meade, MD to include East Campus Building 5 (ECB5), a new parking structure, and supporting campus infrastructure. Additional A/E services may also be used for the planning and design of Central Campus facilities and Campus-wide transportation improvements. The ECB5 program requirements are currently under development, however, ECB5 will be a multi-functional secure facility of approximately 900,000 gross square feet for approximately 3000 � 4000 people.� Supporting parking will be included for 90 percent of the final projected population of required staff.� Parking will include a multi-level parking structure for the majority of the ECB5 occupants, parking integral with the facility, as well as surface parking adjacent to and accessed from the entry/exit roadway that services the multi-level structure. The specific requirements for the main facility revolve around Command, Control, Communications, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. In summary, the USACE Baltimore District is contemplating the solicitation of a Multi-Disciplinary A/E IDIQ Single Award�Task Order Contract with a capacity of $100M and duration of five (5) years to support this project and the East Campus Integrated Program Office.� Any single task order could be awarded up to $50M or greater in size. The anticipated scope of A/E Services may include the development of Planning, Programming, and Design documents as well as Construction Phases Services for new construction as well as renovation of existing facilities.� It may also include but not be limited to the following:� preparation of full design plans and specification issued for construction; preparation of Design Build (DB) Requests for Proposal; updates to Master Planning documents to include requirements analysis, planning charrettes, area development plans, installation design guides, MILCON programming and full DD1391 development; site investigations, National Environmental Policy Act (NEPA) documentation, Leadership in Energy and Environmental Design (LEED) documentation; topographic and utility surveys/studies; geotechnical investigations; permitting; construction cost estimating; Building Information Modeling (BIM); energy modeling; Computer-Aided Design and Drafting (CADD); Geographic Information System (GIS), Maximo;� value engineering; and the coordination with various government agencies and commissions, and other general A/E services. �The AE should have experience with the design of secure facilities, C4ISR platforms, laboratory facilities, administrative office space, full IT and Security systems, parking structures., and be able to perform collaborative design progression with construction contractors. Interested sources should submit a Statement of Capability (SOC) demonstrating experience in the above desired capabilities to Sierra Marshall, Sierra.S.Marshall@usace.army.mil, with a copy provided to Patricia.Morrow@usace.army.mil no later than 27 November 2020 at 3PM EST. The SOC should conform to the following: 1.� On the first page of the SOC, indicate business size in relation to the NAICS code 541330. Provide your company's System for Award Management (SAM) Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Small Disadvantaged Business (SDB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), Women-Owned Small Business (WOSB) or Large Business (LB). Contractors must be registered in SAM at time of bid/proposal due date. Please see https://www.sam.gov/portal/SAM/ for additional registration information.���������� 2. The SOC should include your interest, capabilities (experience with industrial engineering, such as process controls, manufacturing processes; personnel, schedule slots, and ability), and input regarding the required technical disciplines to be involved in executing design, to meet all requirements stated in this announcement. This SOC should include documentation of past specialized experience and technical competence in similar work, including past projects for which your firm was the prime contractor. 3.� The SOC shall not exceed 15 pages (11 point font minimum) in one (1) .pdf file.� Email responses are required.� Tables charts, graphs, etc., will not count toward the 15-page count total (smaller font is allowed for these items, but the text must be legible).� All data received in response to this Sources Sought notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government.� No telephone calls will be accepted requesting a bid package or solicitation.� There is no bid package or solicitation.� In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/33b5dc7850364befb2fc25d0a794f34b/view)
- Place of Performance
- Address: Fort George G Meade, MD 20755, USA
- Zip Code: 20755
- Country: USA
- Zip Code: 20755
- Record
- SN05852964-F 20201115/201113230141 (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 |