SOURCES SOUGHT
99 -- Sources Sought for Architect-Engineer Construction Phase Services for Military and Civil Works Projects (U.S. Army Corps of Engineers, Northwestern Division)
- Notice Date
- 8/12/2024 11:14:31 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ24SS1001
- Response Due
- 9/3/2024 8:00:00 AM
- Archive Date
- 09/18/2024
- Point of Contact
- ERICK OTTOSON, Phone: 8163893878, Laura Hedrick, Phone: 8163893023
- E-Mail Address
-
erick.s.ottoson@usace.army.mil, Laura.L.Hedrick@usace.army.mil
(erick.s.ottoson@usace.army.mil, Laura.L.Hedrick@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, Northwestern Division (NWD), Kansas City District is issuing a sources sought notice to determine the interest, availability, and capability of architect-engineer (A-E) firms to support Construction Phase Services (CPS) within NWD and their area of operations -- Kansas City District, Omaha District, Portland District, Seattle District, and Walla Walla District. Performance of these A-E services may occur anywhere within NWD�s area of operations (see https://www.nwd.usace.army.mil/Locations/). The anticipated contract award date is early 2026. This is not a Request for Proposals, and is for informational and market research purposes only. Acquisition and Contracting Approach The anticipated contract type is a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract (MATOC). Up to ten contracts may be awarded. Selection and award of the MATOCs will follow qualifications-based procedures in accordance with the Selection of Architects and Engineers statute (40 U.S.C. �� 1101-1104, commonly referred to as the Brooks Act). Work will be issued via negotiated, firm-fixed-price task orders. Selection and award of task orders will also follow qualifications-based procedures per the Brooks Act and applicable regulations, including Federal Acquisition Regulation subpart 36.6. The MATOC pool will have a shared capacity limit of $249 Million (i.e., the collective value of all task orders issued under the MATOC pools will not exceed $249 Million). The period of performance will be a five-year requirement or until the overall capacity has been expended, whichever comes first. The applicable North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services, which has a small business size standard of�$25.5 Million. Small businesses are encouraged to participate. This acquisition may be set aside in part for small business concerns or a specific type of small business concern such as 8(a) participants, HUBZone small businesses, service-disabled veteran-owned small businesses, or women-owned small businesses. The responses to this notice will guide the Government�s decision regarding the extent and type of set-aside. Scope of Required Services The Government is seeking qualified, experienced A-E firms to provide Construction Phase Services in support of construction activities for military construction and civil works projects of the U.S. Army Corps of Engineers (USACE). All work must be done by, or under the direct supervision of, licensed professional engineers, architects or land surveyors as defined by State law. The required services include a broad range of activities, including but not limited to: Providing qualified construction, architecture, engineering, and safety professionals; virtual or onsite assistance and guidance to USACE field offices; administrative support; construction quality assurance inspection and reporting; design during construction; multi-discipline design support and consultant services; review of construction contract documents; review of Network Analysis Schedules (NAS) and quality control (QC plans); construction scheduling using Primavera; review of contractor-submitted requests for information; review of shop drawings and submittals for conformance with the approved plans and specifications; daily onsite evaluation of construction methods and materials; interpretation of plans and specifications; daily evaluation of jobsite safety; evaluation of construction progress; review of contractor-submitted plans and specifications for conformance with design-build requests for proposals and code requirements; commissioning; daily onsite evaluation of construction for conformance with applicable building codes; and investigation and evaluation of construction contractor claims. CPS may be utilized to facilitate both long term and short-term construction efforts. There is great importance of having continuity of CPS personnel supporting the long-term construction efforts. Where identified within the applicable task orders, the firm(s) selected could be required to provide personnel on site for the duration of the task order which could be up to five years. Task orders may require that contractor personnel obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. The use of Computer-aided Drafting and Design (CADD) and the latest Building Information Modeling (BIM) may be required. The BIM must be compliant with the latest version of the Industry Foundation Classes (IFC) as established by the International Alliance for Interoperability (IAI).� The use of Micro-Computer Aided Cost Estimating System Second Generation (M2) and RS Means may be required for cost estimating. How to Respond to this Notice Interested firms should submit a capabilities package of no more than ten pages that includes the following information: 1. �Firm�s name, address, point of contact, phone number, and e-mail address. If the firm is currently registered in SAM.gov, provide the firm�s Unique Entity ID number. 2. �State if the firm is a Small Business or identifies under other Small Business socio-economic programs within NAICS code 541330 with annual receipts of no more than $25.5 Million. Other socio-economic programs include 8(a) participant, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business, and/or Economically Disadvantaged Women-Owned Small Business. 3.� State the firm�s size in terms of number of personnel. Include a breakdown of the number of personnel by relevant technical/professional discipline. 4.� Describe the firm�s capability and qualifications to perform A-E construction phase services. a. Include specific descriptions of the firm�s experience and capabilities related to A-E construction phase services of the type(s) described above in the �Scope of Required Services� section. b. Indicate if your firm is capable to perform A-E services within all areas applicable to this MATOC, or indicate if your firm is only interested in supporting/capable to support specific geographical areas within this scope and identify what geographical areas those are. c. Indicate whether the firm regularly performs A-E services within the geographic areas encompassed by NWD. If the firm does not do so regularly, describe the extent to which the firm has performed A-E services within said area of operations. d. Indicate whether the firm could perform three concurrent task orders pertaining to different projects located in three different States within the geographic area encompassed by the NWD. 5.� If the firm competes for this requirement, would your firm do so under a teaming arrangement, joint venture, or similar arrangement?� If so, identify the anticipated partner company(ies) and the type of relationship. 6.� Identify any subcontractors that would be proposed to team with the prime firm and their expected role(s). If the identities of specific subcontractors are not known but the firm anticipates using subcontractors to perform certain roles or services, describe such intended use of subcontractors. Interested firms shall respond to this sources sought notice by no later than September 2, 2024 at 10:00 a.m. CDT. To submit a response, email your submission in PDF format to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil. No hardcopy or facsimile submissions will be accepted. If your firm does not have a Commercial and Government Entity (CAGE) code or a Unique Entity Identifier and you are interested in pursuing a contract with the Government, please register on the System for Award Management website (SAM.gov) as soon as possible. The following page contains information about registration: https://sam.gov/content/entity-registration. Registration is not required to respond to this sources sought notice, but will be required to be considered for a contract award. *���������������������������� *���������������������������� * This sources sought notice is for market research and planning purposes only. It is not a request for proposals, quotes, or bids and does not commit the Government to award a contract. The Government will not pay for any information or administrative costs incurred in responding to this notice or to any follow-up requests.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8563552cbf424779badff4f5178e451b/view)
- Place of Performance
- Address: Kansas City, MO 64146, USA
- Zip Code: 64146
- Country: USA
- Zip Code: 64146
- Record
- SN07167148-F 20240814/240812230124 (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 |