SOURCES SOUGHT
C -- $85.0M MATOC Multi-Discipline A-E IDIQ
- Notice Date
- 10/29/2018
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-000092-DAK
- Archive Date
- 11/27/2018
- Point of Contact
- Debbie Knickerbocker, Phone: 206-764-6804, Michael Miyagi, Phone: 206-764-3266
- E-Mail Address
-
debbie.a.knickerbocker@usace.army.mil, michael.m.miyagi@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, michael.m.miyagi@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Set Aside: N/A All business categories are invited to respond. Classification Code: C - Architect and Engineering Services NAICS Code: 541 - Professional, Scientific, and Technical Services/541330 - Engineering Services Response Date: November 12, 2018 Place of Performance: Primarily in Washington, Oregon, Idaho, and Montana areas, but may be used to support work by other USACE Districts in the Northwestern Division or other locations. I. Synopsis: 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. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested U.S. Architect-Engineering (A-E) firms who have demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. Both large and small business A-E firms are encouraged to respond to this Sources Sought. The proposed work will be performed under the following North American Industry Classification (NAICS) codes: 541310 for Architectural Services and 541330 for Engineering Services. The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates soliciting and awarding a pool of at least six (6) Indefinite Delivery Indefinite Quantity (IDIQ) contracts under PL 92-582 (the Brooks Act) and FAR Part 36 procurement procedures. Both large and small business A-E firms are encouraged to respond to this Sources Sought announcement. NWS anticipates awarding contracts to both small and large businesses. For the purposes of this procurement, a firm is a small business if its annual gross revenue, taken the last 3 fiscal years, does not exceed $15M. For more information concerning NAICS and SBA size standards, go to https://www.sba.gov. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The IDIQ will consist of either a five (5) or seven (7) year period. The total, shared capacity is $85,000,000 ($85.0M) cumulative for the life of the contract. Description of Project: These IDIQ A-E contracts will serve Military and Interagency and International Services (IIS) projects primarily within NWS boundaries, but may be used to support work by other Districts in the Northwestern Division or other locations. NWS is pursuing these new contracts to replace existing IDIQ contract capacity which is being rapidly utilized by increasing military workload. The IDIQ A-E services work will include task orders for A-E design services relating to multi-disciplinary engineering and design work. Services will include architectural, landscaping, civil, mechanical, electrical, structural, and all other necessary engineering and design specialties related to the assigned USACE missions. A-E services under this acquisition may be required for one or more project phases. This may include project initiation, plan development, project definition, or requests for proposal (RFPs) with full design including specifications, drawings, and other engineering services for design-bid-build contracts and/or design/build contracts for subsequent construction. This may also require design support services during construction, and other services as required by the Government. The IDIQ A-E work includes studies, analysis, and design in support of: 1) new construction, additions to, and renovation or remodel of facilities, including but not limited to, administrative, operations, training, and maintenance facilities; 2) new construction, renovation, and repair of support infrastructure such as facility-related site utilities and grounds, as well as site planning, design, surveying, landscaping, and roads and bridges; and 3) specialized building systems such as fire protection, security, detection and alarm systems, and Energy Management Control Systems (EMCS). IDIQ A-E services work will also include development of construction cost estimates using the MCASES MII cost estimating system, integration of current USACE sustainable design requirements, as well as design support during construction. The A-E will prepare work products using current Army, Air Force, Corps of Engineers, and other agency standards for drawings, specifications, design analyses, and cost estimating services, as required, for a variety of major projects. Many task orders may involve preparation of requests for proposal (RFPs) for design-build contracts or full design packages for competitive bid and construction. Requirements include the ability to prepare designs using Building Information Modeling (BIM) and other advanced modeling technologies meeting Army, Air Force, and other agency standards. Incidental asbestos and lead survey work, geotechnical investigations and design support, surveying, subsurface utility engineering, and value engineering may be required under the design services. Services will be accomplished in the contractor's office with the exception of field investigations and field surveys required at the project site. II. REQUIREMENT: Responses 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 document and will not count toward the 5 page limitation. 1. Offeror's name, address, point of contact, phone number, and email address. 2. Offeror's business classification (i.e., small business, small disadvantaged business, woman-owned small business, historically underutilized business zone, 8(a) program, or other than small business). 3. Offeror's interest in the solicitation if it is issued. 4. Offeror's capability to meet project requirements. 5. Offeror's Statement of Capability to perform a contract of this magnitude and complexity. Identify whether the work was completed independently as a prime contractor or affiliated with another contract (e.g., joint venture, subcontractor, etc.). If your role was as a subcontractor, describe the design services that your company provided. For each project listed, provide a brief description of the project, customer name, date of performance, customer satisfaction, and dollar value of the project. Provide at least three (3) examples. Offerors shall NOT submit an SF330 in response to this Sources Sought announcement. Submission of interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is released, it will be synopsized in FedBizOpps ONLY (www.fbo.gov). Interested offerors shall respond to this Sources Sought no later than 1800 hours, Pacific Standard Time, on 12 November 2018. Responses to this Sources Sought will only be shared with the Government project team and held in strict confidence. eAll interested firms must be registered in the System for Award Management (SAM) to be eligible for award of government contracts. For information on opening a SAM account, see the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf Email responses to Ms. Debbie Knickerbocker, Contract Specialist, at debbie.a.knickerbocker@usace.army.mil. Points of Contact: Contracting: Debbie Knickerbocker, debbie.a.knickerbocker@usace.army.mil Technical: Harry Ehlers, PE, harald.r.ehlers@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-000092-DAK/listing.html)
- Place of Performance
- Address: Primarily in Washington, Oregon, Idaho, and Montana areas, but may be used to support work by other USACE Districts in the Northwestern Division or other locations., Contracting Office Address:, CENWS-CT, PO Box 3755, Seattle, Washington, 98134, United States
- Zip Code: 98134
- Zip Code: 98134
- Record
- SN05136628-W 20181031/181029230419-10abd1cbb3346cb025dc1a1c9658e82a (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 |