Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2016 FBO #5452
MODIFICATION

C -- General A-E Services AFRICA IDCs

Notice Date
10/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB17X0016
 
Archive Date
11/17/2016
 
Point of Contact
Andrew E Gonzalez, Phone: +49-611-9744-2582
 
E-Mail Address
Andrew.E.Gonzalez@usace.army.mil
(Andrew.E.Gonzalez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) General Architect and Engineering (A-E) Services Contracts throughout the countries in Africa in the U.S. Africa Command area of responsibility for USACE Europe District ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 541330, Engineering Services 3. PLACES OF PERFORMANCE: All countries in the U.S. Africa Command (AFRICOM) area of responsibility, which includes: Burkina Faso; Central African Republic; Democratic Republic of São Tomé and Príncipe; Democratic Republic of the Congo; Federal Democratic Republic of Ethiopia; Federal Republic of Nigeria; Federal Republic of Somalia; Gabonese Republic; Islamic Republic of Mauritania; Islamic Republic of The Gambia; Kingdom of Lesotho; Kingdom of Morocco; Kingdom of Swaziland; Libya; People's Democratic Republic of Algeria; Republic of Angola; Republic of Benin; Republic of Botswana; Republic of Burundi; Republic of Cabo Verde; Republic of Cameroon; Republic of Chad; Republic of Côte d'Ivoire; Republic of Djibouti; Republic of Equatorial Guinea; Republic of Ghana; Republic of Guinea; Republic of Guinea-Bissau; Republic of Kenya; Republic of Liberia; Republic of Madagascar; Republic of Malawi; Republic of Mali; Republic of Mauritius; Republic of Mozambique; Republic of Namibia; Republic of Niger; Republic of Rwanda; Republic of Senegal; Republic of Seychelles; Republic of Sierra Leone; Republic of South Africa; Republic of South Sudan; Republic of the Congo; Republic of the Sudan; Republic of Uganda; Republic of Zambia; Republic of Zimbabwe; State of Eritrea; Togolese Republic; Tunisian Republic; Union of the Comoros; United Republic of Tanzania. The Contractor shall be capable of performance in all listed countries. 4. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding a target of TWO (2) General A-E Services IDIQs 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. Total Value of Contracts: Each contract shall not exceed $9,000,000.00 across the base and all option periods. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP). No one Task Order shall exceed $5,500,000.00. Performance Period: The contracts will include a base period of three (3) years and two (2) 1-year option periods, for a total contract performance period not-to-exceed five (5) years. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Africa. The Government reserves the right to award an additional contract from the solicitation within one year from contract award date. 5. PROJECT DESCRIPTION: The general scope of work includes, but is not limited to: Preparation of design criteria, architectural engineering designs, specifications, design related analyses and studies and cost estimates for military 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. Additionally, support may also including planning services such as comprehensive master plans, installation real property master planning, infrastructure assessments, planning & design charrettes, CAD/GIS mapping, and systems analysis of existing facilities and infrastructure. Also, the A-E services may include construction inspection services, and certification that the construction is in conformance with the design in accordance with host nation requirements. The design requirements shall need to consider OCONUS sites and applicable host nation design codes and standards in the countries listed above in the AFRICOM area of responsibility. Security Requirements: Security requirements will be addressed per Task Order. From time-to-time there may be projects that are of a secure nature 6. SOURCES SOUGHT: The purpose of this source sought is to gain knowledge of interest, capabilities and qualifications of 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. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 7. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 8. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 8 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 8 page limitation): • Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address • Offeror's interest in proposing on the solicitation when it is issued • Offeror's Cage Code and DUNS number • Offeror's capability to perform a contract of this magnitude and complexity (include offeror's capability to execute General 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 that demonstrate: o experience working in Africa • CONSOLIDATION REQUIREMENTS: Please address the following questions and issues. This information will be used to consider how including the various places of performance will impact potential competition. The Government intends to award a contract for covering all the places of performance in the above country listing of the AFRICOM area of responsibility; o If firms are interested in specific countries, it is requested that those countries be stated in the response. If a firm is capable of performing in all the places of performance please state so. Or, for example, if an offeror prefers to work in one country, please state so. o If firms are unable to perform in any of the listed countries, please state which countries and explain. o Will the combination of the countries in the AFRICOM area of responsibility listed above on one contract affect your firm negatively? o Has your firm considered the potential for concurrent task orders issued in various locations? o If awarded a contract, would it affect your firm's ability to participate in other sources of revenue? If so, would this negatively impact your firm? o Would your firm prefer the places of performance be issued as separate contracts with lower award values? • Offeror's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available 9. RESPONSES DUE: All interested contractors should submit responses via email by 13:00 hours Central European Time on 2 November 2016. Submit responses and information to cenau.proposal@usace.army.mil and Andrew Gonzalez at andrew.e.gonzalez@usace.army.mil. No hard copies will be accepted. 10. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Andrew Gonzalez at andrew.e.gonzalez@usace.army.mil AND Contracting Officer Delos (Chris) Halterman at delos.c.halterman@usace.army.mil. ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB17X0016/listing.html)
 
Place of Performance
Address: All countries in the U.S. Africa Command (AFRICOM) area of responsibility, which includes: Burkina Faso; Central African Republic; Democratic Republic of São Tomé and Príncipe; Democratic Republic of the Congo; Federal Democratic Republic of Ethiopia; Federal Republic of Nigeria; Federal Republic of Somalia; Gabonese Republic; Islamic Republic of Mauritania; Islamic Republic of The Gambia; Kingdom of Lesotho; Kingdom of Morocco; Kingdom of Swaziland; Libya; People's Democratic Republic of Algeria; Republic of Angola; Republic of Benin; Republic of Botswana; Republic of Burundi; Republic of Cabo Verde; Republic of Cameroon; Republic of Chad; Republic of Côte d'Ivoire; Republic of Djibouti; Republic of Equatorial Guinea;, Republic of Ghana; Republic of Guinea; Republic of Guinea-Bissau; Republic of Kenya; Republic of Liberia; Republic of Madagascar; Republic of Malawi; Republic of Mali; Republic of Mauritius; Republic of Mozambique; Republic of Namibia; Republic of Niger; Republic of Rwanda; Republic of Senegal; Republic of Seychelles; Republic of Sierra Leone; Republic of South Africa; Republic of South Sudan; Republic of the Congo; Republic of the Sudan; Republic of Uganda; Republic of Zambia; Republic of Zimbabwe; State of Eritrea; Togolese Republic; Tunisian Republic; Union of the Comoros; United Republic of Tanzania., United States
 
Record
SN04312600-W 20161027/161025234647-c44cddd8e9944e9637ddd750e9664613 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.