SOURCES SOUGHT
C -- FY24 CIVIL WORKS IDIQ SOURCES SOUGHT
- Notice Date
- 12/6/2023 11:21:04 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
- ZIP Code
- 19103-0000
- Solicitation Number
- W912BU24AECW
- Response Due
- 12/19/2023 12:00:00 PM
- Archive Date
- 01/03/2024
- Point of Contact
- Tiffany Chisholm, Phone: 2156566761, Jamaal Edwards, Phone: 2156563241
- E-Mail Address
-
tiffany.z.chisholm@usace.army.mil, Jamaal.A.Edwards@usace.army.mil
(tiffany.z.chisholm@usace.army.mil, Jamaal.A.Edwards@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- FY24 CIVIL WORKS IDIQ SOURCES SOUGHT This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S Army Corps of Engineers (USACE), Philadelphia District (NAP) is issuing this Sources Sought Announcement for the award of one Single Award Task Order Contract providing Architect/Engineer Indefinite Delivery/Indefinite Quantity of Multi-Discipline Architectural / Engineering (AE) and related services contract for the Civil Works, Planning, Operations, and Interagency International Environmental programs of USACE. Intent of this sources sought is to determine the interest, availability, and capability of Businesses. The NAICS code for the work described below is 541330 with a small business size standard $22,500,000. Award of the contract is expected in late 2024 for a five-year (5yr) ordering period. The intent is to award one contract with a total contract capacity of $24,000,000. Individual task order values may vary from approximately $200k to $2M. The location of the work to be performed under this contract shall be primarily in the Philadelphia District Boundaries (PA, NJ, MD, DE, NY) but may also include other states and districts covered by the U.S. Army Corps of Engineers, North Atlantic Division�s CONUS mission areas (VA, MD, MA, RI, NH, VT, ME, CT, DC). Task Orders under this contract would vary and likely include (but not be limited to): Civil Engineering AE services providing designs and cost estimates for the construction, renovations, repairs and additions to roadways and pavements to include airfields; utility systems; water supply, storage, treatment, and distribution systems; and wastewater treatment systems. Structural Engineering AE services providing designs, analysis, calculations, and cost estimates for the construction, renovations, repairs, and additions to bridges. Inspection services Material testing of concrete and steel Structural monitoring Electrical Engineering Geotechnical engineering Computer Aided Design and Modeling (CAD, CIM, BIM) Specification and Technical Writing Construction Phase services Value Engineering Studies Site design Environmental & Hazardous, Toxic, Radiologic waste (HRTW) testing, and abatement To be considered qualified; firms MUST include a completed checklist (see atatched below to this sources sought) in their capabilities package. Please indicate what professionally registered personnel you would either have on staff or plan to provide through a sub-consultant and indicate which of those personnel are currently on staff. Also, please submit documentation of your firm�s experience and capabilities related to multi-discipline AE design and construction phase services on military projects within the last 5 years. To be considered qualified; the firm must have on its own staff or provide through a sub-consultant(s), professional engineers with demonstrated relevant expertise registered in one or more of the NAP states (PA, NJ, MD, DE, NY). Interested firms should submit a capabilities package to include the checklist, business classification (i.e. 8(a), HUBZone, etc.), staff size, primary area(s) of contractor�s expertise, and examples of projects illustrating the requirements stated above. The package must identify the nature of work performed by the firm, percentage of overall work self-performed by the firm and features of work performed by team subcontractors. The firm should also describe their in-house capabilities to accomplish the above stated work requirements. Interested Small Businesses must address how the firm will meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14 �Limitations on Subcontracting�. Also describe the plan/method to be used in selection of subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work. Responses are required no later than December 19, 2022, at 3:00 PM EST. Responses should be addressed to Tiffany Chisholm, 215 656-6761 tiffany.z.chisholm@usace.army.mil. Responses are limited to 5 pages not including the checklist. Firms interested shall provide the above documentation in one PDF file. The Government will not pay for any material provided in response to this market survey nor return the data provided. THIS NOTICE IS FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL (RFP) NOR IS IT AN ANNOUNCEMENT OF A SOLICITATION OR A REQUEST TO BE PLACED ON A SOLICITATION MAILING LIST. The results of this survey will be considered to be in effect for a period of 18 months from the date of this notice. N.B. Checklist is added as an attachment to this sources sought. See document below (excel file).�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/87ed71753e9542bc9e9baade41050d41/view)
- Record
- SN06904787-F 20231208/231206230049 (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 |