Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2022 SAM #7498
SOLICITATION NOTICE

C -- Construction Phase, Architect-Engineer Services ISO USACE-Tulsa District Administered Construction Projects

Notice Date
6/9/2022 6:49:19 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV-22-R-0024
 
Response Due
6/23/2022 12:00:00 PM
 
Point of Contact
Daniel K Jernigan, Phone: 9186697483, Rudolfo J. Morales, Jr., Phone: 9186697275, Fax: 9186697436
 
E-Mail Address
daniel.k.jernigan@usace.army.mil, rudolfo.j.morales@usace.army.mil
(daniel.k.jernigan@usace.army.mil, rudolfo.j.morales@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a pre-solicitation notice under FAR 5.203(a), FAR 5.204, and FAR 36.601-1 of the U.S. Army Corp of Engineers (USACE), Tulsa District (SWT) intent to issue a call for SF 330s to award an A-E Construction Phase Services Indefinite Delivery Contract (IDC) in support of the district�s civil and military construction programs. This proposed acquisition will be procured in accordance with the Brooks Act (Public Law PL 582) and implemented under FAR Subpart 36.� Project Description:� The following work may be expected under task orders issued under the IDC(s):� General required services consist of qualified, experienced firms capable of providing the full spectrum of construction phase A-E services.� The contractor must have extensive knowledge of all pertinent local building codes to include, but not necessarily limited to, the International Building Code, International Mechanical Code, National Electric Code, Leadership in Energy and Environmental Design, etc.� The contractor must also have extensive knowledge and experience with the USACE three phase inspection system as well as WINRMS.� The contractor shall demonstrate the capability to execute multiple concurrent task orders for construction phase A-E services including, but not limited to, providing a series of qualified construction, engineering, and safety professionals to participate as members of the USACE onsite contract administration teams at various locations (as many as 40 professionals may be required at any given time for extended periods of time of 12 months or more). The required services will include, but may not necessarily be limited to, development of project specific quality assurance plans, management of the three-phase inspection system, onsite review of contractor submitted shop drawings and submittals for conformance with the approved plans and specifications, daily onsite evaluation of construction methods and materials, onsite interpretation of plans and specifications, daily evaluation of jobsite safety, onsite evaluation of construction progress, and daily onsite evaluation of construction for conformance with applicable building codes. This acquisition will be advertised as a 100% Small Business Set-Aside.� SWT intends to award up to three (3) firm-fixed price A-E IDCs for an estimated total shared contract capacity of $25,000,000.00.� Each IDC will have a� five (5) year base ordering period with a minimum guarantee amount of $2,500.00.� Perspective A-E firms will provide the full spectrum of construction phase A-E services, primarily in support of SWT customers, but also may be used in support of other programs within the boundaries of the USACE � Southwest Division (SWD). Contracts awarded can be used for A-E Construction Phase Services in support of new construction, repairs, alterations, and upgrades for SWT customers.� The geographic boundary will be SWD, and contract capacity may be transferred to other districts within SWD by Contracting Officer approval. The North American Industry Classification System code for this procurement is �541330�, Engineering Services, which has a small business size standard of $22.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. It is anticipated that a call for SF 330s will be issued on or around 23 June 2022, with an estimated response due date of 25 July 2022. This is a 15-day pre-solicitation notice provided for informational purposes only. This is not a solicitation for proposals and no contract will be awarded from this notice/synopsis, therefore no SF-330 form (or a response) is required at this time. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e30a7dbfac8f4b52afd77b5114a54d3d/view)
 
Place of Performance
Address: Tulsa, OK 74137, USA
Zip Code: 74137
Country: USA
 
Record
SN06352682-F 20220611/220609230101 (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.