Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2020 SAM #6923
SOURCES SOUGHT

C -- Master Planning Architect-Engineer Indefinite Delivery Contracts for the U.S. Army Engineer District, Baltimore � W912DR-21-R-0011

Notice Date
11/10/2020 4:35:25 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR-21-R-0011
 
Response Due
12/10/2020 8:00:00 AM
 
Archive Date
12/25/2020
 
Point of Contact
Aaron Jones, Phone: 4109620674, Laura A. Wade, Phone: 4109622675
 
E-Mail Address
Aaron.G.Jones@usace.army.mil, laura.a.wade@usace.army.mil
(Aaron.G.Jones@usace.army.mil, laura.a.wade@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, NOT A SOLICITATION OR OFFER TO PURCHASE. This Sources Sought notice is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10.� This notice is for informational purposes only and does not constitute an invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this Sources Sought. Large and small businesses are encouraged to participate in this request for capabilities.� The Government may base decisions about a future procurement on the responses to this request for capabilities. The U.S. Army Corps of Engineers (USACE), Baltimore District (hereinafter USACE Baltimore District), seeks to determine the availability and adequacy of potential sources to support the acquisition of the requirements stipulated below. Should acquisition of these requirements follow this market research effort, it will be conducted in compliance with the Brooks Act. The applicable NAICS code for this procurement is 541330 Engineering Services with a size standard of $16.5M. The Government contemplates awarding up to three (3) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts with the shared capacity of $30M for Multi-Discipline Architect/Engineering (A/E) Services. The Period of Performance for this contracts will be five (5) years from date of award. Work will be in support of the USACE Baltimore District military design mission. The geographic area is within the North Atlantic Division (NAD) Area of Responsibility (AOR) with the exception of Europe or other overseas locations. The work anticipated includes: Real Property Master Plan development and updating, including requirements analysis, planning charrettes, long range components, short range components, capital investment strategy, master plan digest, area development plans, installation design guides, MILCON and Sustainment, maintenance and repair (SRM)� programming and full DD1391 development to include Economic Analysis and familiarity with use of the PAX system and ECONPACK, 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 Utilizing Studies, RPLANS TAB updates, space planning and management, ePRISMS, sustainability, and net zero initiatives; and master planning work projects identified under the Unified Facility Criteria (UFC) 2-100-01.Presentations and coordination with various agencies of the Government to include presentations, illustrations, studies, reports and other technical assistance obtaining approvals from regional agencies such as the National Capitol Planning Commission (NCPC), the U.S. Commission of Fine Arts, coordination with State Historic Preservation Offices, and other state and local governing authorities depending upon the geographic area. Interested sources should submit a Statement of Capabilities (SOC) demonstrating experience in the above desired capabilities to Aaron Jones, Aaron.G.Jones@usace.army.mil, no later than 05 December 2020 at 11AM Eastern Standard Time (EST). The SOC shall conform to the following: On the first page of the SOC, Company name, address, point of contact, phone number, email address of the point of contact, CAGE code, and DUNS number. In consideration of NAICS code 541330, with a small business size standard in dollar of $16.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small-Disadvantaged Business, Woman- Owned Small Business, HUBZone Small Business, or 8(a) Business. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, please explain). Indicate the primary nature of your business. Provide at least two (2) but no more than three (3) examples of projects that have been completed within the past six (6) years. These projects should include your interest, capabilities, and input regarding the required technical disciplines to meet all requirement stated in this announcement. The SOC should also include documentation of past specialized experience and technical competence in similar work, including past projects for which your firm was the prime contractor,, project references (including owner with phone number and email address), and size of projects and/or contract capacities. The SOC shall not exceed 10 pages (11 point font minimum) in one (1) .pdf file. Email responses are required.� Tables, charts, graphs, covers, etc., will not count toward the 10-page count total (smaller font is allowed for these items, but the text must be legible). All data received in response to this Sources Sought notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Telephone inquiries will not be accepted or acknowledged. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made. No feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Aaron Jones via email � Aaron.G.Jones@usace.army.mil. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 541330 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44a64e8c0d944c88a34893cfbc5c93c5/view)
 
Record
SN05850812-F 20201112/201110230148 (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.