Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2020 SAM #6910
SOURCES SOUGHT

C -- A-E MASTER PLANNING SERVICES IDC

Notice Date
10/28/2020 12:54:46 PM
 
Notice Type
Sources Sought
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV-21-S-2021
 
Response Due
12/8/2020 3:00:00 PM
 
Archive Date
12/23/2020
 
Point of Contact
Brenda K. Anderson, Phone: 9186697274
 
E-Mail Address
Brenda.K.Anderson@usace.army.mil
(Brenda.K.Anderson@usace.army.mil)
 
Description
�����������������������������������������������SOURCES SOUGHT ANNOUNCEMENT ������������������������������������������������������������ NO. W912BV-21-S-2021 ������������������������������������������������������������� � 28 OCTOBER 2020 ������������������������������������� ������ A-E MASTER PLANNING SERVICES IDC This is a SOURCES SOUGHT announcement for market survey information only, to be used for acquisition strategy planning purposes. �THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. �No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow up information requests. �Respondents will not be notified of the evaluation results. The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) on behalf of the Regional Planning and Environmental Planning Center (RPEC) has been tasked to solicit and award Architect-Engineer (A-E) contracts for Master Planning Services primarily within the military and civil boundaries (TX, OK, LA, southern KS and select installations of NM) of the USACE�s Southwestern Division (SWD) and the Pacific Ocean Division (POD), and as assigned in accordance with Engineer Regulation (ER) 5-1-10 and USACE Acquisition Instruction (UAI) Sub-part 5107.1. The proposed acquisitions will be competitive, Firm-Fixed-Price Indefinite Delivery Contracts (IDCs).� The type of set-aside decisions to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of the interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB).� The Government must ensure there is adequate competition of responsible firms.� Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate.�� The Government is seeking qualified, experienced sources for professional, multi-discipline Master Planning A-E Services, procured in accordance with Public Law 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36, capable of performing a wide range of Master Planning A-E Services. Minimum capabilities required include successful performance of A-E Services for Master Planning projects within the past 5 years with positive past performance evaluation ratings and have familiarity with travel/entry to and transcription of documents for the specific travel with the Pacific Ocean Division (POD) and obtaining Status of Forces Agreement (SOFA) approvals before any work, if awarded via Task Order, could commence in various regions of POD to include Japan and South Korea. The contract period of performance is for a 5-year Base Period and a 2-year Option Period. The total contract capacity will not exceed $200,000,000. The estimated minimum size of a Task Order is $150,000. The estimated maximum size of a Task Order is $5,000,000, with the average size Task Order of $2,000,000 - $3,000,000. The North American Industrial Classification System (NAICS) Code for this procurement is 541320, Landscape Architectural Services, which has a small business size standard of $8.0M. �The Product Service Code is C211. Small Business firms are reminded under FAR 52.219-14 (Deviation 2019-O0003), Limitations on Subcontracting: A Firm will not pay more than 50% of the amount paid by the Government for contract performance to sub-contractors that are not similarly situate entities. Any work that a similarly situated entity further sub-contracts will count toward the 50% sub-contract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response under this Sources Sought Announcement. Anticipated synopsis issuance date is the March/April 2021 timeframe. The official synopsis citing the solicitation number will be issued on the Contract Opportunities website (https://beta.SAM.gov/) in the March-April 2021 timeframe requesting submission of firms� SF330s for selection evaluation; hard copies of the synopsis will not be available.� Please note that Firms must be registered in the System for Award Management (SAM) database (https://www.sam.gov/) prior to submission of an offer and to be eligible for award of Government contracts (see FAR 4.11). Firms interested in responding to this Sources Sought must complete the on-line Survey Monkey questionnaire provided at the URL below. �A pdf copy of the Survey Monkey questionnaire is attached to this announcement to assist respondents with completing the on-line survey questionnaire; DO NOT SUBMIT THIS PDF DOCUMENT, IT IS FOR REFERENCE ONLY. �It is strongly recommended that respondents review the pdf copy of the survey questionnaire prior to beginning the online survey, as the questions must be answered sequentially and the survey tool does not lend itself to making changes once it's begun. �Also, wait for the completed survey questionnaire to be completely submitted before closing the survey website. SURVEY QUESTIONNAIRE LINK: https://www.surveymonkey.com/r/FH86KL9 PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. HARDCOPY OR FACSIMILE SUBMISSIONS WILL NOT BE ACCEPTED. THIS SOURCES SOUGHT CLOSES AT 5:00pm (Central) Tuesday, 8 December 2020.� THE SURVEY MONKEY QUESTIONNAIRE WILL NO LONGER BE AVAILABLE AFTER THIS DATE AND TIME.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b75358e2276d46d583daa0629a22ec26/view)
 
Record
SN05840377-F 20201030/201028230152 (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 |
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.