SOURCES SOUGHT
C -- Facilitation and A-E Services for Charrettes, VE Workshops and Similar Meetings
- Notice Date
- 8/19/2025 12:04:10 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
- ZIP Code
- 99506-0898
- Solicitation Number
- W911KB26R0003
- Response Due
- 9/2/2025 3:00:00 PM
- Archive Date
- 09/17/2025
- Point of Contact
- Mark Corn, Phone: 9077532817, Theresa Afrank, Phone: 9077532739
- E-Mail Address
-
mark.r.corn@usace.army.mil, theresa.m.afrank@usace.army.mil
(mark.r.corn@usace.army.mil, theresa.m.afrank@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Project Name: W911KB26R0003 Facilitation and A-E Services for Charrettes, VE Workshops and Similar Meetings Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Facilitation and A-E Services for Charrettes, VE Workshops and Similar Meetings, Various Locations in Alaska THIS IS A SOURCES SOUGHT NOTICE ONLY. PROPOSALS AND BIDS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE-SOLICITATION. The Alaska District of the U.S. Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy prior to releasing a solicitation for this anticipated project. The determination of acquisition strategy lies solely with the Government and will be based on market research and information available to the Government from other sources. Please note that this Sources Sought is for information only and does not constitute a solicitation for competitive proposals/bids and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capability to provide the required services. The intent of this Sources Sought is to solicit interest from qualified firms with a primary North American Industrial Classification System (NAICS) code of 541330, Engineering Services which has a size standard of $22.5 million for a potential acquisition. DESCRIPTION OF WORK: 1. GENERAL A. WORK TO BE PERFORMED: Services may include, but are not limited to: 1) Facilitation of programming, planning, and design charrettes, 2) Facilitation of partnering meetings, 3) Facilitation of value-based design charrettes (VBDC) with design functional analysis using a value engineering VE methodology, 4) Facilitation of VE workshops, 5) Attendance and participation at such meetings by professionally licensed architects and engineers, 6) Other similar services as required. B. FACILITATION: Facilitation of a charrette, workshop or other meeting involves guiding a group of participants through a structured process to achieve a specific outcome or goal. This includes planning and preparing the agenda, setting clear objectives, ensuring active participation, managing time, and maintaining focus throughout the meeting. Effective facilitation also requires managing dynamics, resolving conflicts, and fostering a collaborative environment. Key skills needed for successful facilitation include strong communication and listening abilities, empathy, patience, neutrality, adaptability, and the ability to lead without dominating. The facilitator must create a safe space for open dialogue, encourage diverse perspectives, and guide the group toward consensus and actionable conclusions. C. ARCHITECT-ENGINEER SERVICES: From time-to-time the Alaska District does not have enough architects and engineers to attend these meetings. In such cases, the Contractor must provide architects and engineers as required to attend and participate in these meetings. The typical disciplines include geotechnical, civil, structural, architectural, interior design, mechanical, electrical, communications, fire protection, cybersecurity, physical security, cost, and other similar facilities-related disciplines. In addition to possible in-person attendance virtual participation may be possible. Following the meetings, A-E personnel must participate in writing and reviewing charrette and VE workshop reports and creating construction cost estimates. D. GENERAL: Furnish sufficient technical, supervisory, and administrative personnel and labor to ensure the expeditious accomplishment of the work specified in this synopsis as an independent contractor, and not as an agent of the Government. Furnish all management, facilities, services, materials, supplies, equipment, instruments, investigations, studies, and transportation required. Furnish all reports and other data, together with supporting material developed during the period of service. Provide supervision and quality control to ensure accuracy, quality, completeness, and progress for all work. E. LOCATION OF WORK: Primarily various locations in Alaska but may be utilized outside Alaska on an exception basis. Facilities will generally be in arctic or subarctic environments. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Alaska District anticipates a Single Award Indefinite Delivery Contract (IDC) with a five (5) year ordering period and an estimated total contract value of $4M. It is anticipated that Task Orders issued under these contracts will be performed within the State of Alaska, which may include interior, coastal, and Aleutian Islands areas to include Wake Island. The solicitation will define task order procedures and minimum guarantee amount. The anticipated size of task orders against this contract is between $5,000.00 and $100,000.00. THIS IS A SOURCES SOUGHT OPEN TO ALL QUALIFIED PRIME CONTRACTOR FIRMS (Large and Small Businesses under NAICS code is 541330. All interested firms are encouraged to respond to this announcement no later than 02 September 2025, by 2:00 PM Alaska Standard Time, by submitting all requested documentation listed below via email to mark.r.corn@usace.army.mil and theresa.m.afrank@usace.army.mil. Interested prime contractor firms are encouraged to submit a capabilities package (not exceeding 5 pages) demonstrating their ability to perform the work described above. Packages should include the following information regarding their company: 1. Company Name, Address, UEI Number, Cage Code, Business Size under the applicable NAICS above, and Point of Contact information including email and phone number. 2. Large or Small Business status under the applicable NAICS above, and type of small business (8a, HUBZone, Service-Disabled Veteran-Owned, Women-Owned, etc.) 3. Demonstration of the firm�s experience as a prime contractor on projects of similar size, type, and complexity within the past six years. List actual projects completed and include project title, location, and a brief description of the project including dollar amount, and work that was selfperformed. 4. Your company�s intent to bid/propose on this project as a prime contractor. Interested parties are invited to submit a response to this Sources Sought by the response time stated above. Please submit all documentation by email in PDF format. Responses received after this time and date may not be reviewed. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/SAM/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb4ebe062ddb43179f9b3905999638af/view)
- Place of Performance
- Address: AK, USA
- Country: USA
- Country: USA
- Record
- SN07557750-F 20250821/250819230053 (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 |