Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2024 SAM #8212
SOURCES SOUGHT

C -- Sources Sought: A/E MATOC for Army Corps of Engineers Baltimore District (FY24)

Notice Date
5/20/2024 7:06:06 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
W912DR23XOWUX
 
Response Due
6/22/2023 3:00:00 PM
 
Archive Date
06/15/2024
 
Point of Contact
Erica Stiner, Sherry S. Rhoden
 
E-Mail Address
erica.j.stiner@usace.army.mil, sherry.s.rhoden@usace.army.mil
(erica.j.stiner@usace.army.mil, sherry.s.rhoden@usace.army.mil)
 
Description
This is a Sources Sought Notice, and is for informational/ market research purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.� The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB), seeks to determine the interest, availability, and capability of potential sources to satisfy a requirement anticipated for the third quarter of FY24.� The Baltimore District requests capability statements from Small Business, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses and Service-Disabled Veteran-Owned concerns.� Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The Government will not pay for any material provided in response to this market survey nor return the data provided and will not provide an evaluation to respondents.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Project: �Up to six (6) Multi-Disciplined Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support the USACE NAB and North Atlantic Division (NAD).� The amount of work for the contracts will not exceed $60,000,000.00 in combined capacity which will be shared among the awardees. Work will be issued by negotiated firm-fixed-price task orders. The proposed contracts will be awarded to support NAB projects but may be utilized throughout NAD�s geographical boundaries.� If requested by the district, the contract may be utilized by any other district within NAD. The contracts will be issued and awarded in compliance with The Brooks Act. �The applicable NAICS code for this procurement is 541330 and the standard size is $25M. The contract Period of Performance will be five (5) years from date of award. The work anticipated for these proposed multi-disciplined A/E IDIQ�s will be primarily Sustainment, Restoration and Maintenance (SRM) but may also include Interagency and International Support (IIS), Civil Works, and small Military Construction (MILCON) projects.� Work will include comprehensive A/E services including, but not limited to: preparation of full plans and specifications, preparation of design build requests for proposal, construction cost estimating, cost and schedule risk analysis (CRSA), site investigations, analysis, planning, master planning, National Environmental Policy Act (NEPA) documentation, programming, development of DD 1391�s, topographic and utility surveys, subsurface utility survey and identification, geotechnical investigations, permitting, charrettes, hazardous material investigations, Building Information Modeling (BIM), energy modeling, preparation of reports, studies, design criteria/ design analysis documents, Leadership in Energy and Environmental Design (LEED) documentation, total building commissioning, value engineering, presentations, coordination with various government agencies and commissions, coordination with public and privatized utilities, and other general A/E services. The work may also include providing construction phase and other support services including, but not limited to shop drawing reviews, site visits, technical assistance, LEED documentation during construction, on-site representation, preparation of operation and maintenance manuals, and commissioning/start-up/fit-up design support, design services, estimating, surveying, field investigation, troubleshooting, measurement, testing and balancing, testing and calibration services, CADD drawing and document preparation and review, design review, operability and maintenance documentation,� review of designs, construction management services, studies, and engineering consultation.�� Responses may be in any format, but should include the following: 1.� Company name, address, phone number and email address of the point of contact. 2.� Indicate business size in relation to the NAICS code 541330. If available, provide your company's System for Award Management (SAM) UEI and Cage Code number. Contractors must be registered in SAM at time of bid/proposal due date to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Please see https://www.sam.gov/ for additional registration information. 3.� Indicate the primary nature of your business. 4.� Provide at least two (2) but no more than three (3) examples of projects that include requirements described in the work anticipated paragraph above and that have been completed within the past six (6) years. Project types may include but are not limited to administration and training facilities, vehicle and equipment maintenance facilities, vehicle and pedestrian access control points, warehouses, community support facilities, military testing facilities, troop housing, recreational and physical fitness facilities, and child development facilities for military and other non-military government agencies. Narratives should include types of work designed, project references (including owner with phone number and email address), and size of projects and/or contract capacities. 5.� Provide your Company�s Annual Average Revenue for the last five (5) years. Total submittal shall be no longer than ten (10) pages in one (1) .pdf file, and Email responses are required.�Responses are to be sent via email to Contract Specialist Erica Stiner, erica.j.stiner@usace.army.mil, by 06:00 pm EDT on 22 June 2023.� Comments will be shared with the Government project team, but otherwise will be held in strict confidence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a3ed3e0d17b42f985f1f0c6ca8f315a/view)
 
Record
SN07070788-F 20240522/240520230056 (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.