Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2018 FBO #6161
SOURCES SOUGHT

C -- Architect Engineer Construction Phase Services In Support of the US Army Corps of Engineers Border Infrastructure Program - CPS Sources Sought KTR Response

Notice Date
10/4/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-19-S-0001
 
Point of Contact
Primary Point of Contact, , Scott John, Phone: (213) 452-3388
 
E-Mail Address
border.infrastructure@usace.army.mil, Scott.M.John@usace.army.mil
(border.infrastructure@usace.army.mil, Scott.M.John@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CPS Sources Sought KTR Response SOURCES SOUGHT SYNOPSIS For Architect Engineer Construction Phase Services In Support of the US Army Corps of Engineers Border Infrastructure Program This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the Sources Sought or resulting market research. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this sources sought synopsis. The U.S. Army Corps of Engineers, Los Angeles District has a requirement for construction phase services (CPS) predominately in support of Department of Homeland Security programs. The proposed contracting tool will be firm-fixed price (FFP). The proposed contract actions will be for A-E Construction Phase Services in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and the Engineering Pamphlet (EP) 715-1-7. Construction Phase Services are required to support construction activities and may include tasks supporting projects not yet in construction.. The CPS requirement is currently estimated to be approximately $960M. Although these contracts are primarily intended to support DHS border infrastructure, they may also be used in support of other USACE programs within the boundaries of SWD and SPD such as civil works, military, and IIS support.. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Small Disadvantaged Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The estimated maximum size of a task order/contract is $20M and the estimated smallest task order/contract size is $25K; the estimated average size of a task order/contract is $3M. The actual minimum and maximum task order/contract size, socio-economic set-asides, and geographic boundaries for the resulting contract(s) will be determined after the completion of market research, which includes an analysis of the sources sought capabilities statements received. The North American Industry Classification System (NAICS) code for this procurement is 541330, engineering services, which has a small business size standard of $15M. The CPS services that are likely to be required under the proposed contracts are: administrative support, quality assurance, project scheduling, safety compliance, project coordination, office engineering, project engineering, construction management, project management, and earned value management. The A-E firm(s) will act as an independent contractor and not as an agent of the U.S. Government and shall in accordance with the terms and conditions of the contract furnish all labor and supervisory management required for the performance of the work that will be described in separately issued task order scopes of work (SOW) *The A-E service activities anticipated include a broad range of engineering and construction activities including (but not limited to) assistance and guidance to field and design offices, project management, construction Quality Assurance (QA) inspection and reporting, review of construction contract documents and shop drawings, review of Construction Schedules and Quality Control (QC) plans, and investigation and reporting of construction contractor claims. Selected firms may be required to provide personnel on site from 1 to 3 years which may include those associated with QA services, schedulers, civil engineering technicians, CAD technicians, professional licensed engineers and project engineers (registered and non-registered namely architects, mechanical, structural, electrical engineers. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The services will be used for projects within the US Army Corps of Engineers South Pacific and Southwestern Division boundaries, to include the states of CA, NV, UT, AZ, and NM, TX, OK, AE and portions of OR, ID, CO, and WY. The Government will not provide any direct supervision of A-E employees. Based on the results of this sources sought, there could be multiple synopsis, one for Unrestricted (UR) firms and another for Small Business (SB) firms. The contract(s) will include a base period, not-to-exceed (NTE) three (3) years and one (1) option period NTE two (2) years, for a total contract performance period NTE five (5) years. The total contract capacity for all contracts will not exceed an estimated $960,000,000.00. Anticipated RFP/Notice issuance date is on or about 15 June 2019. The official synopsis/announcement citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Responses to this Synopsis shall be limited to the completed Sources Sought Response document included as an attachment to this Sources Sought and a capabilities statement that is no longer than three pages. Interested Firms shall respond to this Sources Sought Synopsis no later than 5 November 2018. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to border.infrastructure@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-19-S-0001/listing.html)
 
Place of Performance
Address: The services will be used for projects within the US Army Corps of Engineers South Pacific and Southwestern Division boundaries, to include the states of CA, NV, UT, AZ, and NM, TX, OK, AE and portions of OR, ID, CO, and WY., United States
 
Record
SN05115733-W 20181006/181004230818-5cb7c80beab5c9fe249aeb746f89c3a6 (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.