SOLICITATION NOTICE
C -- Architecture and Engineering (AE) Vertical Design Services Indefinitely Delivery Indefinitely Quantity (IDIQ)
- Notice Date
- 4/29/2022 7:33:40 AM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PMR0007
- Archive Date
- 05/31/2022
- Point of Contact
- Andrea Monique Green, Phone: 9102514774, Edward Boddie, Phone: 9102514804
- E-Mail Address
-
andrea.m.green@usace.army.mil, Edward.A.Boddie@usace.army.mil
(andrea.m.green@usace.army.mil, Edward.A.Boddie@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, Wilmington District requires a five (5) year Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) with a total MATOC IDIQ ceiling of an estimated $49M in support of the Military Construction, Sustainment, Restoration, and Modernization (SRM), Civil Works and Surveying mission requirements of the SAW and South Atlantic Division (SAD) under the North American Industry Classification System (NAICS) code is 541310, Building Architectural Design Services.� The selection board will consider the most highly qualified offerors for up to five (5) Indefinite Delivery Contracts (IDC) contracts to be awarded as a result of this solicitation.� The duration of the resulting contracts will include a one- (1) year base ordering period and four optional ordering periods of one (1) year each, with an additional six (6) month option under FAR Clause 52.217-8, Option to Extend Services, for a total of five (5) years and six (6) months (if all options are exercised) or until the contract limit is reached, whichever comes first. �The maximum capacity of the MATOC IDIQ is Not-to-Exceed $49,000,000.00.� A $2,000 minimum guarantee will be obligated when each IDC is awarded for only the base ordering period, with no minimum guarantee for optional ordering periods.� Work under these contracts shall be subject to satisfactory negotiation of individual task orders. The maximum task order value is estimated to be $7,000,000.00.� In accordance with FAR 52.216-19 a contractor is not obligated to accept a Single Task Order over the established maximum; however they may choose to do so. Rates will be negotiated for each 12-month period of the contract.� The Architect Engineer (AE), as an independent contractor and not as an agent of the Government, shall, furnish all labor, management, facilities, supplies, equipment and material (other than those to be furnished by the Government as provided per individual task order), and do all things necessary for performance of the work set forth per task order.� The AE shall furnish the required personnel, equipment, instruments, and transportation as necessary to accomplish required services and furnish to the Government reports and other data together with supporting material developed during the period of service.� During the prosecution of the work, the Architect Engineer shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and progress of the work. These AE contracts are to provide a wide variety of AE design services, and will be used primarily for the military construction. Tasks shall include, but are not limited to: Design Charrettes, Design Conferences, Parametric Design Reports, Parametric Estimating, Concept (35%) through Final Design and Submittal, Construction Contract Documents, Preparation of Design�Build Request for Proposal, Design�Build Evaluation Consultation, Interior Design, Architectural Renderings, Topographic Surveys, Subsurface Investigations, Permitting, Value Engineering, Other Studies/Reports and Construction Phase Services. The contract issued will be Firm Fixed Price. The North American Industry Classification System (NAICS) code is 541310 � Architectural Services and the size standard is $7,500,000.00. This solicitation will be issued in electronic format only and will be available on or about May 13, 2022. The proposal due date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is UNRESTRICTED. Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at http://www.sam.gov. After completing SAM, in order to download documents contractors and their subcontractors must register at www.fbo.gov. In order to locate solicitation, Contractors can go to SAM.Gov s and search for the solicitation number at www.sam.gov. Contractors can register to be put on a plan holders list that others can access through the SAM.Gov site. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Andrea M. Green, Contract Specialist, by email at andrea.m.green@usace.army.mil or alternately by phone at (910) 251-4774.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8014757904b24b57b335fae5d9a2305e/view)
- Place of Performance
- Address: Wilmington, NC 28403, USA
- Zip Code: 28403
- Country: USA
- Zip Code: 28403
- Record
- SN06312457-F 20220501/220429230056 (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 |