SOURCES SOUGHT
C -- $499M, UNR, A-E Vertical Design Services IDIQ, Military, Interagency and International Services (IIS) and Limited Civil Works (CW) Programs, USACE South Pacific Division (SPD)
- Notice Date
- 1/3/2025 9:08:40 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123825S0011
- Response Due
- 2/3/2025 8:00:00 AM
- Archive Date
- 02/18/2025
- Point of Contact
- Gilbert Coyle, Phone: 9615576986
- E-Mail Address
-
gilbert.coyle@usace.army.mil
(gilbert.coyle@usace.army.mil)
- Description
- This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for A-E vertical design services in support of the South Pacific Division�s Military, Interagency and International Services (IIS), and Civil Works (CW) projects. The potential requirement may result in a firm-fixed-price solicitation issued approximately October 2025. If solicited, the Government intends to procure these services in accordance with the Selection of Architects and Engineers Statute as implemented in FAR subpart 36.6. If the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all the required work. The Government may issue five or more Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts within the five-year period. The combined capacity is estimated at $499,000,000.00. The North American Industrial Classification System (NAICS) Code for this potential requirement is anticipated to be 541330, Engineering Services. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $25,500,000 annual revenue. The Product Service Code (PSC) for the potential requirement is anticipated to be C219, Architect and Engineering- General: Other. Projects will primarily locate within the Area of Responsibility (AOR) of USACE South Pacific Division (SPD) but may be used at CONUS locations if determined within scope of the contract by the Contracting Officer. SPD�s civil works boundaries generally include CA, NV, AZ, UT, and portions of OR, ID, CO, TX and WY. Military/IIS boundaries generally include CA, NV, UT, NM, and AZ. This Regional acquisition tool will be used by any District within SPD (Sacramento, San Francisco, Los Angeles, and Albuquerque Districts) to encompass the entire SPD geographical AOR for all programs. A specific scope of work and services will be issued with each task order. All interested firms are encouraged to respond to this notice and may respond to this announcement by submitting a capabilities statement which addresses the following key areas: The primary focus of this contract is to provide vertical design services in support of the SPD Military, IIS and Civil Works Programs. The design services could range from an architectural renovation (some of historical significance), maintenance and repair of a variety of small projects, Energy Conservation Investment Program (ECIP) Program studies/designs (more detail below), or may also include design of complete additions, alterations, or new facility designs for projects such as barracks, warehouses, storage facilities, administrative facilities, training facilities, maintenance facilities, aircraft hangars, computer facilities, aircraft runways, taxiways, aprons, treatment plants, and the entire spectrum of infrastructure (road and utility) systems. ECIP projects include energy reduction and renewable energy projects, including but not limited to photovoltaic, wind, microgrids, energy management control systems (EMCS) and water conservation. Projects may also include design of waterfront or in water facilities such as piers and marine terminals, which would require design services for either sustainment of existing facilities or design of new facilities. Demolition of existing facilities may be required which will necessitate asbestos and or lead based paint investigation with provisions for removal included in the design documents. Design services may also be required to support the Interagency and International Services (IIS) Program providing technical assistance to non-Department of Defense (DoD) federal agencies, state and local governments, tribal nations, private U.S. firms, international organizations, and foreign governments. Designs may require compliance with previously obtained environmental clearance under the National Environmental Policy Act (NEPA) process. Project designs may require measures for environmental restoration to include wetlands development and establishing or restoring plant and animal habitat. Projects may be required to mitigate impacts on protected resources such as plant and animal species. Other design strategies may be necessary to meet the requirements of an environmental clearance issued for the project, such as limiting land disturbing activity to specific seasons of the year or controlling the generation of dust and equipment exhaust. Project designs may also be required to address cultural and biological resource preservation, clean air and water attainment goals, and other resource protection requirements. Although the primary intent of this prospective suite of IDIQs is vertical design, design services may also include support of the Civil Works Program. Civil Works project studies and designs could involve levees, floodwalls, dams, spillways, various mechanical gate structures, pumping stations, stilling basins, hydraulic flow control structures, and bridges. Civil Works studies may include, but not be limited to, the evaluation of flood damage, preparation of engineering analysis, acquisition of topographic and hydrographic data, and environmental restoration to include wetlands development. CAPABILITY STATEMENT All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to six (6) pages total and shall include the following information: 1) Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number?(EIN), address, point of contact, phone number, and e-mail address. 2) Demonstration recency and relevancy of the firm's experience as the Designer of Record on projects of similar size, scope, and complexity within the past five (5) years. List at least three (3) vertical design projects that have been constructed within the last five (5) years. Include the project title, location, brief description of the project, dollar amount of the project, period of performance and percentage & description of work that was self- performed. Different facility type designs are highly encouraged to show the depth of the firm�s design capabilities. 3) Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)). Please submit all capabilities statements, information, brochures, and/or marketing material as one document, limited to the page maximum above. Please consider the following when preparing your capabilities statement: Unrestricted Task Orders will generally contain more complex requirements with an anticipated value ranging from $250,000 to $5,000,000 or greater. A lower Task Order value may be considered. Small business set aside task orders will generally contain less complex requirements and lower anticipated values. The A-E will be expected to handle multiple task orders throughout the South Pacific Division simultaneously. Please indicate the dollar amount and number of task orders your firm could comfortably complete at the same time. This will inform the government�s decision about the set aside of any contracts and number of contracts to set aside for small business concerns. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the results of the Government�s market research will not reflect the accurate number of qualified and interested firms. This is a SOURCES SOUGHT announcement only. It is NOT a request for quote/proposal. There is no solicitation available at this time. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses (i.e. capabilities statements) by e-mail to the Contract Specialist, Gilbert Coyle, at gilbert.coyle@usace.army.mil by 0800/8:00 a.m. (Pacific Time) Monday, 3 February 2025. Please include the Sources Sought Notice number, �W9123825S0011� in the e-mail subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d65c6ae19f084484a57443f897ee8c60/view)
- Place of Performance
- Address: Sacramento, CA, USA
- Country: USA
- Country: USA
- Record
- SN07305051-F 20250105/250103230118 (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 |