Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2023 SAM #7792
SOURCES SOUGHT

C -- Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) for Architect and Engineering (A-E) Commissioning Services in Multiple Locations for USACE Europe District

Notice Date
3/27/2023 12:11:14 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
AEb-23-0012
 
Response Due
4/12/2023 3:00:00 AM
 
Archive Date
09/30/2023
 
Point of Contact
Daniel Unsen, Adam Sunstrom, Phone: 114961197442692
 
E-Mail Address
Daniel.K.Unsen@usace.army.mil, Adam.R.Sunstrom2@usace.army.mil
(Daniel.K.Unsen@usace.army.mil, Adam.R.Sunstrom2@usace.army.mil)
 
Description
****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) for Architect and Engineering (A-E) Commissioning Services in Multiple Locations for USACE Europe District AEb-23-0012 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS:� 541330, Engineering Services 3. PLACE OF PERFORMANCE: Projects will primarily be located within the USACE, Europe District Area of Responsibility (AOR) including, but not limited to Germany, Belgium, Italy, Turkey, Poland, and Israel.� However, project locations under this contract shall not be limited to this region and may be located world-wide. 4. ACQUISITION INFORMATION: The U.S. Army Corps of Engineers, Europe District anticipates soliciting and awarding up to three Commissioning Services Indefinite Contracts (IDC) to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. Total Value of Contract: The contract shall not exceed a shared capacity of $15,000,000.00 across the base and all option periods. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP).� No one Task Order shall exceed $5,500,000.00. Because the Government anticipates military construction funded projects to be issued against the resultant contract, at least one of the contracts shall be awarded to a United States (US) firm or a joint venture of US and host nation firms. This is in accordance with DFARS 236.602-70, Restriction on award of overseas A-E contracts to foreign firms, contracts funded by military construction appropriations that are estimated to exceed $500,000 and are to be performed in any NATO country shall be awarded to a United States firm or a joint venture of United States and host nation firms. Non US or Host Nation/US JV firms are encouraged to submit capabilities for planning purposes. Performance Period:� The contracts will have a total base ordering period, not-to-exceed (NTE) five (5) years. Small and Small Disadvantaged Business requirements are waived for this IDIQ due to the locations in Europe. 5. Project Description: The general scope of work includes, but is not limited to: Third-party Design, Construction and Post Acceptance phase Commissioning (Cx), M&V, Re-Cx, Retro Cx and Energy Audits for various U.S. military facilities projects to verify compliance with design requirements, user intent, and U.S. and Host Nation codes and standards. Facilities projects may include (but are not limited to) medical clinics, dental clinics, veterinary clinics, administration facilities, power plants, boiler plants, chiller plants, clean rooms, related supporting facilities, and other types of U.S. military facilities. Other military facilities may also be commissioned under this contract to include (but not limited to) barracks, administration, training, retail, education, maintenance, recreation, lodging, housing, and other supporting facilities. Projects for which commissioning services would be required may include new facility construction, additions to existing facilities, and/or renovation, alteration, maintenance, repair, or upgrades to existing facilities. The design requirements shall consider host nation design codes and standards. 6. SOURCES SOUGHT: The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of A-E Firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this Sources Sought announcement. 7. RESPONSES: The Capabilities Statement for this Sources Sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This Sources Sought is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 8. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 8 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 8 page limitation):� Offeror�s Name, address(es), English speaking point of contact, phone number and e-mail address Offeror�s interest in proposing on the solicitation when it is issued Offeror�s Cage Code and DUNS number Offeror�s capability to perform a contract of this magnitude and complexity (include offeror�s capability to execute General A-E services, comparable work performed within the past six (6) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples that demonstrate: capability to work in Germany, Belgium, Romania, Poland, Italy, Turkey, or Israel. experience working in Europe, specifically in the countries above. Offeror�s Joint Venture information or Teaming Arrangements:� Include Cage Code or System for Award Management (SAM) information/registration, if available. Any commercial brochures or currently existing marketing material do not count towards the page limit. Clarifications and or questions shall be submitted in a separate word document or emailed and will not count towards the 8 page limitation. 9. �RESPONSES DUE: All interested contractors should submit responses via email by 1200 HOURS Central European Time on 12 April 2023. Submit responses and information to Daniel Unsen at Daniel.K.Unsen@usace.army.mil and Adam Sunstrom at Adam.R.Sunstrom2@usace.army.mil.� No hard copies will be accepted. 10. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Daniel Unsen at Daniel.K.Unsen@usace.army.mil AND Contracting Officer Adam Sunstrom at Adam.R.Sunstrom2@usace.army.mil. ****This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5ab0e3feee2d4ddba89f8cf60cf03def/view)
 
Place of Performance
Address: DEU
Country: DEU
 
Record
SN06631527-F 20230329/230327230109 (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.