SOURCES SOUGHT
C -- AE IDIQ Services
- Notice Date
- 5/16/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
- ZIP Code
- 21201
- Solicitation Number
- W912DR-18-R-0032
- Archive Date
- 6/9/2018
- Point of Contact
- Courtney Greene, Phone: 4436547855
- E-Mail Address
-
courtney.l.greene@usace.army.mil
(courtney.l.greene@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses are due by 1700PM Eastern Time on 25 May 2018. This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District (CENAB), requests letters of interest from POTENTIAL PRIME ARCHITECTURE/ENGINEERING (AE) CONTRACTORS concerning the potential contracts described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The Government contemplates awarding the up to 5 Indefinite Delivery Indefinite Quantity (IDIQ) contracts for this support of various sizes. All of the above contracts will be awarded to support CENAB customers and projects but may be utilized throughout the North Atlantic Division. The geographic boundary for these contracts is the Continental United States (CONUS) and Hawaii, Alaska, and US Territories. If requested, the contracts may be utilized by any other district of the U.S. Army Corps of Engineers. All of the above contracts will be issued and awarded in compliance with The Brooks Act. The applicable NAICS code for all of these procurements is 541330. Those IDIQ contracts that will be supporting secure work will require a Top Secret Facility Site Clearance (TS FCL). The TS FCL will be required upon submission of proposals and must be maintained throughout the life of the contract. All contracts will have a five year period of performance. There is particular interested in responses from AE Small Businesses with an active Top Secret Facility Site Clearances that would be capable of meeting the minimum self-performance requirements of 50+% of work issued. If sufficient interest of capable small businesses, a smaller sized contract may be considered. The work anticipated for the Multiple Disciplinary AE IDIQ includes: Full design, Request for Proposal development, Master Plan development and updating, including requirements analysis, planning charrettes, area development plans, installation design guides, multi-story building Sensitive Compartmented Information Facility (SCIF) construction and contain heavy mechanical, electrical and chilled water systems in support of computer systems and sophisticated information systems, MILCON programming and full 1391 development, environmental assessment and environmental impact statements (NEPA), transportation management plans, range planning, utility studies, Computer-Aided Design and Drafting (CADD), Geographic Information System (GIS), Maximo, Facility Utilization Studies, RPLANS TAB updates, space planning and management, PRISMS, sustainability, and net zero initiatives, systems commissioning. Presentations and coordination with various agencies of the government to include presentations, illustrations, studies, reports and other technical assistance obtaining approvals from National Capitol Planning Commission, the U.S. Commission of Fine Arts, coordination with State Historic Preservation Offices, and other state and local governing authorities depending upon geographic area. The work associated with these IDIQs also require knowledge with Micro Computer Aided Cost Estimating System (MCACES), Building Information Modeling (BIM), SpecsIntact, ProjNet Design Review Checking System (DrChecks). Responses are to be sent via email to Courtney.l.greene@usace.army.mil by 1700 ET 5 May 2018. Your response must be in PDF Format and must include submitter's name, phone number, and email address. Responses will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Narratives shall be no longer than eight pages. Please include the following information in your response in a table format: -Contract Numbers with project references (awarding agency name and location of work) -Types of work designed and value of contract -Size of projects and/or contract capacities -Current number of cleared personnel (TS/SCI) -Whether it was Prime or Sub work -Whether you have Current TS Facility Clearance as Prime -Years of experience with secure work Small Business interested parties shall provide the following information in addition to the above: -socioeconomic category, such as: Service Disable Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business, Hubzone Small Business, 8 (a) Small Business, etc. All interested parties are reminded that to qualify as a Small Business under any of the above socioeconomic categories, in the event a set aside is done, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern (see FAR 52.219-14 (b)(1)). Interested parties shall be prepared to demonstrate how this requirement will be met, as meeting this requirement will be evaluated in determining the successful offeror once a solicitation is issued. Small business concerns should not claim eligibility for any given set-aside if they cannot meet the cost of personnel requirement for that set-aside. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Submitted material will not be retained for any considerations other than this market research. Respondents will not be notified of the results of the evaluation. No solicitation is available at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-18-R-0032/listing.html)
- Place of Performance
- Address: USACE Real Property Services Field Office (RSFO), 300 Sentinel Drive Suite 400, Annapolis Junction, Maryland, 20701, United States
- Zip Code: 20701
- Zip Code: 20701
- Record
- SN04924738-W 20180518/180516231029-dcd958f549ffb0ecf6d8074a2a468643 (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 |