SOLICITATION NOTICE
C -- Fiber Reinforced Hydraulic (FRM) Structures SATOC
- Notice Date
- 6/23/2025 1:08:35 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
- ZIP Code
- 61299-5001
- Solicitation Number
- W912EK25R_FRMSATOC
- Response Due
- 7/8/2025 12:00:00 PM
- Archive Date
- 07/23/2025
- Point of Contact
- Bobbi Boeh, Phone: 3097945943, Nicholas Moore
- E-Mail Address
-
bobbi.s.boeh@usace.army.mil, Nicholas.M.Moore@usace.army.mil
(bobbi.s.boeh@usace.army.mil, Nicholas.M.Moore@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The U.S. Army Corps of Engineers, Rock Island District (USACE-MVR) is seeking System for Award Management (SAM) database registered businesses for a Firm Fixed-Price Single Award Task Order Contract (SATOC) type contract for the execution of Architect-Engineer (A-E) services for primarily consist of structural engineering, riverine/maritime/hydraulic control structure design, design utilizing composite materials, specifically fiber reinforced polymer (FRP), and Computer Aided Drafting and Design (CADD) for civil works projects within the primary mission area comprised of U.S. Army Corps of Engineers St. Paul, Rock Island, Vicksburg, and New Orleans District boundaries (Iowa, Illinois, Wisconsin, Missouri, Minnesota, Mississippi, Arkansas, and Louisiana). Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the A-E firm. The ordering agency is the USACE-MVR Contracting Office. Rock Island District, USACE, will be an integral part of the technical team managing this SATOC through the design, solicitation, and construction phases. This project requires comprehensive design and support services to take the project(s) to 100 percent design products and then continued engineering support through USACE solicitation and construction phases. Work will require extensive coordination within USACE, primarily the Inland Navigation Design Center (INDC), Rock Island District, and possibly the Engineering Research and Development Center (ERDC). Typical products required under task orders include but are not limited to: preparation of preliminary and final designs, analyses, and reports; construction contract drawings and specifications including preparation of drawings using computer aided design (CAD) using Advanced Modeling (BIM) for engineering and design to deliver two and three-dimensional designs and drawings in Bentley software; preparation of quantity take-offs and MCACES cost estimates and cost estimating risk analysis; preparation of contract specifications utilizing SPECSINTACT software; engineering during fabrication; commissioning; and quality assurance during fabrication and installation. The A-E must accomplish the required services and furnish to the Government plans, specifications, construction cost estimate, and design analysis with supporting material developed during the period of service as set forth herein. During the execution of work, the A-E must provide adequate supervision and quality control to assure the accuracy, quality, timeliness, and completeness of the work. This contract is being procured in accordance with the Brooks A/E Act as implemented in FAR Subpart 36.6. 1 (One) firm will be selected for negotiations based on demonstrated technical competence and qualifications for the required services. This contract will have a five-year base ordering period. NAICS Code: 541330, Size Standard: $25,500,000.00 Total Capacity: $4,500,000.00 Minimum Guarantee: $5,000.00
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6cb4305744ea4415a3aa736b18737046/view)
- Place of Performance
- Address: Rock Island, IL 61201, USA
- Zip Code: 61201
- Country: USA
- Zip Code: 61201
- Record
- SN07485002-F 20250625/250623230044 (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 |