Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2022 SAM #7460
SOURCES SOUGHT

C -- MULTIPDISCIPLINE ARCHITECT-ENGINEERING INDEFINITE DELIVERY CONTRACT TO SUPPORT THE JPEO A&A MODERNIZATION PROGRAM

Notice Date
5/2/2022 9:23:41 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123622R4006
 
Response Due
5/16/2022 7:00:00 AM
 
Archive Date
09/30/2022
 
Point of Contact
Philip Mathews, Phone: 7572017292, Brady Hales, Phone: 7572017155
 
E-Mail Address
Philip.D.Mathews@usace.army.mil, brady.l.hales@usace.army.mil
(Philip.D.Mathews@usace.army.mil, brady.l.hales@usace.army.mil)
 
Description
A DRAFT REQUEST FOR SF330s has been uploaded for industry feedback. Please refer to the attached letter.� SOURCES SOUGHT W91236-22-R-4006 MULTIPDISCIPLINE ARCHITECT-ENGINEERING INDEFINITE DELIVERY CONTRACT TO SUPPORT THE JPEO A&A MODERNIZATION PROGRAM PROJECT DESCRIPTION: The Army Corps of Engineers is conducting market research to identify potential sources for award of a Multidiscipline Architect-Engineering Indefinite Delivery Multiple Award Task Order Contracts to support Norfolk District, U.S. Army Corps of Engineers (USACE), and other USACE commands directly supporting the Joint Program Executive Office Armaments & Ammunition�s modernization program. The purpose of these AE contracts is to allow for increased capacity to meet the expected demands of this new program the upcoming fiscal years.� This is an update to previous Sources Sought W91236-20-R-4003.� The services include but are not limited to: planning, programming, feasibility studies, geotechnical investigations, permitting, charrettes, master planning, engineering studies, design services, estimating, surveying, site/field investigation, CADD drawing and document preparation and review, design review, operability and maintenance review of designs, construction management services, commissioning, studies, and reports. These services will include (but are not limited to) such areas as facility maintenance, repair, remodeling, renovation, or demolition; infrastructure; interior fit-up; new construction; physical security and counter terrorism (including weapons of mass destruction) force protection; fire protection; and communications. All work will be performed by or under the direct supervision of licensed professional Architects or Engineers.� The work required extends beyond a single project effort, in that it involves the planning, design, scheduling, management, coordinating, investigating, and CADD support for a fluctuating flow of simultaneous, though unrelated, delivery orders. Therefore, the Contractor will be required to respond rapidly to Government requirements with outstanding professionalism and top-quality craftsmanship, without compromising professional standards, current mission requirements, and end user readiness.� In general terms, the proposed contracts will consist of preparing construction request for proposal packages for either Design-Bid-Build or Design Build projects in support of the industrial base modernization program depending on the individual task order requirements.� The Selected firms will be responsible for checking calculations, drawings, details, notes and other work products to verify the design intent, technical adequacy and other work projects depending on the individual task order requirements.� The new acquisition will result in an award of approximately six indefinite delivery indefinite quality contracts (IDIQs) AE contracts with a total shared capacity of $240M between the selected firms. Each contract will have a five-year base with no option years. The contemplated contract will be procured in accordance with the Selection of Architects and Engineers Statute (PL 92-582, formerly known as Brooks A-E Act), 40 USC Chapter 1101 et seq., as implemented by FAR Part 36.6. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 541330 � Engineering Services. The small business size standard is $16.5 million. LOCATIONS OF INSTALLATIONS COVERED BY THE CONTEMPLATED CONTRACT ACTION: Holston Army Ammunition Plant Kingsport, TN United States Iowa Army Ammunition Plant Middleton, IA United States Lake City Army Ammunition Plant Independence, MO United States Radford Army Ammunition Plant Radford, VA United States ��������������������������������������������������������������������������������������������������������������������������������������� POINTS OF CONTACT FOR THIS NOTICE: Primary Point of Contact: Philip Mathews Contract Specialist philip.d.mathews@usace.army.mil O: 757-201-7292 F: 757-201-7183 USACE District, Norfolk Secondary Point of Contact: Brady Hales Contracting Officer brady.l.hales@usace.army.mil O: 757-201-7155 USACE District, Norfolk
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86f89719c501465aa3c35b6629b917bc/view)
 
Record
SN06314533-F 20220504/220502230059 (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.