SOURCES SOUGHT
C -- A-E MATOC FT Worth District
- Notice Date
- 5/18/2020 8:44:31 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G20R0005
- Response Due
- 6/2/2020 11:00:00 AM
- Archive Date
- 06/17/2020
- Point of Contact
- Joshua W. Robinson, Phone: 8178861055, Fax: 8178866508
- E-Mail Address
-
joshua.w.robinson@usace.army.mil
(joshua.w.robinson@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS A-E MATOC In Support of the Fort Worth District, USACE W9126G20R0005 This Sources Sought announcement is part of a market survey for information to be used only for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICIATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT...THEREFORE NO SF330 FORMS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers, Fort Worth District, is seeking sources for professional, multidiscipline Architect Engineer (AE) design services for Interagency and International Support (IIS) clients for Engineering and Construction Support Office (ECSO). Depending upon the analysis of the responses received, the proposed acquisition(s) will be competitive, firm fixed price, indefinite delivery Multiple Award Task Order Contracts. The type of set-aside decisions to be issued will depend upon the responses to this announcement. The purpose of this sources sought announcement is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business community, 8(a) Certified Small Business, Historically Underutilized Business Zones (HUBZone), Services-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Government intends to use responses to this sources sought announcement and appropriate contracting and business processes to complete an open pre-solicitation notice in the near future for indefinite delivery indefinite quantity AE services contract(s), dependent on availability of funds. The Government is seeking qualified, experienced sources capable of providing Design Services for a variety of projects varying in construction value from $25M to $120M, procured in accordance with PL 582 (Brooks A-E Act) and FAR Part 36, for Architect Engineer (AE) services required to support Department of Homeland Security (DHS), Defense Logistics Agency (DLA), and vertical construction programs managed by the USACE Engineering and Construction Support Office (ECSO) nationwide. The North American Industry Classification System code for this procurement is 541330 Engineering Services which has a small business standard of $16.5M and 541310 Architectural Services which has a small business size standard of $8.0M.� The Product and Service Code (PSC) is C211. A-E Services are expected to be required for planning, architecture, engineering, design,� and related services to potentially include but not limited to any or all of the following: Administration facilities, housing, training facilities, vehicle maintenance facilities, Border Patrol Stations, Highway Checkpoints, Land Ports of Entry, Detention facilities; Sustainable Design Services, Commissioning Agent (CxA) for Enhanced Commissioning LEED Credit and LEED consulting; structural engineering such as� progressive collapse analysis and threat analysis; security/anti-terrorism/force protection analysis; architectural such as interior design; IT and communications systems design such� as access control, intrusion detection, CCTV, mass notification, audio/visual system, network infrastructure, backbone cabling; energy controls and building� automation� integration; design, drafting, and planning services for new construction and/or renovation, demolition�� and alterations of existing facilities, facility condition assessment utilizing BUILDER, real property inventory; construction cost estimating. The A-E may be required to undertake any reviews, studies or investigations, value engineering, life cycle costing, topographic surveys, soil borings and analysis, soils engineering, environmental studies and review. Project deliverables may include engineering studies, CADD produced plans and specifications prepared utilizing Speacsintact software (government furnished software) using Unified Facilities Guide Specifications, construction cost estimates prepared utilizing MII�� (government furnished software) (MII cost estimating software will be provided by the Government with data base information purchased by the A-E), Sustainment Management System data, and design analysis. It is anticipated that there will be multiple pools such as Unrestricted and authorized set asides. All AE contractors are highly encouraged to participate. ESTIMATED CONTRACT DURATION AND CAPACITY: The contract(s) are anticipated to include a base period (not-to-exceed [NTE] one (5) year base and two (2) option periods (NTE one year each), for a total contract performance period NTE seven (7) years. Firms must have ability to perform up to three (3) $5 million task orders simultaneously. If a requirement is a Small Business Set-Aside then small business firms are reminded of the requirements under FAR Clause 52.219-14 Limitations on Subcontracting. The offeror/contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred shall be expended for employees of the concern. BASIS OF AWARD: Award will be based on selection of the most highly qualified firm or firms in accordance with Public Law 92-582 procedures and FAR Part 36.6. The official synopsis citing the solicitation number will be issued on betaSAM (https://beta.sam.gov/). Prior Government contract work is not required for submitting a response under this sources sought announcement. Interested Firms shall respond to this Sources Sought announcement no later than 2 June 2020 1:00PM (CST). A firm�s response to this synopsis shall be provided using the attached Excel document called Sources Sought Capabilities Statement.� All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to Joshua Robinson at Joshua.W.Robinson@usace.army.mil. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2790a060d3534506834d56fb7bcb6351/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05661630-F 20200520/200518230156 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |