MODIFICATION
C -- Sources Sought for a General A-E Services Indefinite Delivery Contracts (IDCs) in support of Ballistic Missile Defense
- Notice Date
- 11/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB-13-X-0002
- Response Due
- 12/11/2012
- Archive Date
- 1/28/2013
- Point of Contact
- Halis Batista, +4961197442126
- E-Mail Address
-
USACE District, Europe
(halis.batista@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested A-E firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. c. Description of Project: The U.S. Army Corps of Engineers, Europe District (CENAU) anticipates to solicit and award a General A-E Services Indefinite Delivery Contracts (IDCs) in support of Ballistic Missile Defense, to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The general scope of work includes, but is not limited to: preparation of design criteria, architectural engineering designs, specifications, design-related analyses and studies, economic analyses and cost estimates for missile launch, radar, test, evaluation and training facilities. Additional support may include environmental documentation, permits, special studies, and other environmental activities as required by federal, state and local laws and regulations; feasibility studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-built, and engineering and design during construction. The program involves multiple sites with the possibility of an enhanced capability outside the Continental United States (OCONUS). The design requirements shall need to consider OCONUS sites and applicable host nation design codes and standards in Eastern Europe, to include but not limited to Turkey, Romania and Poland. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe. d. Security Requirements: Security requirements will be addressed per Task Order. From time-to-time there will be projects that are of a secure nature. e. Total Value of Contracts: The cumulative total of all Task Orders for both the base and all option periods shall not exceed $49,000,000.00 per contract. All Task Orders will be negotiated and awarded as either Firm Fixed Price (FFP) or Cost-Plus Fixed Fee (CPFF). No one Task Order shall exceed $45,000,000. Some Task Orders may mandate that the required services be accomplished by a U.S. firm or Joint Venture (task orders funded by military construction appropriations; estimated to exceed $500,000; in any North Atlantic Treaty Organization member country, or in countries bordering the Arabian Gulf). Non U.S. firms submitting Qualification Statements must demonstrate that they have a joint venture with a U.S. firm that would satisfy this requirement. f. Performance Period: The contracts will include a base period, not-to-exceed (NTE) one (1) year and four (4) option periods (NTE one year each), for a total contract performance period NTE five (5) years. g. Anticipated Award Date: The contract(s) are anticipated to be awarded in the 3rd Qtr FY13. Responding to Sources Sought a. Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation): Offeror's names, address, point of contact, phone number, and e-mail address. Offeror's Cage Code and DUNS number. Offeror's interest in participating on the solicitation when it is issued. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute A-E services, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offeror's experience working with projects involving ITAR/EAR. Offerors shall either have the in-house capability to work in Europe or must have a current Technical Assistance Agreement in place for their European Partners Offeror's experience working in Europe, specifically in Eastern Europe (Romania, Turkey, and Poland). Offeror's Joint Venture information if applicable - existing and potential. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 1600 hrs (CET) 11 December 2012. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email responses to: Jefferey.A.Ball@usace.army.mil. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541330 quote mark Engineering Services quote mark. Small Business Size Standard: N/A CT Point of Contact: Jefferey Ball Contract Specialist US Army Corps of Engineers, Europe District Tel +49-(0)611-9744-2427 Jefferey.A.Ball@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-13-X-0002/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7, APO AE
- Zip Code: 09049
- Zip Code: 09049
- Record
- SN02939852-W 20121201/121129235206-7bfb898ed800b3dd9ce566ec22990ec0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |