Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
SOURCES SOUGHT

C -- IDIQ A-E CONTRACT FOR ENGINEERING, DESIGN AND CONSTRUCTION PHASE SERVICES FOR MILITARY, CIVIL WORKS AND INTERNATIONAL AND INTERAGENCY SERVICES (IIS) WITHIN SOUTHWESTERN DIVISION BOUNDARIES AND FOR TULSA DISTRICT CUSTOMERS

Notice Date
12/10/2013
 
Notice Type
Sources Sought
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-14-S-0002
 
Response Due
12/27/2013
 
Archive Date
2/8/2014
 
Point of Contact
Diane Cianci, 918-669-7458
 
E-Mail Address
USACE District, Tulsa
(diane.cianci@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT for INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT ARCHITECT-ENGINEER (AE) CONTRACT FOR ENGINEERING, DESIGN AND CONSTRUCTION PHASE SERVICES FOR MILITARY, CIVIL WORKS AND INTERNATIONAL AND INTERAGENCY SERVICES (IIS) WITHIN SOUTHWESTERN DIVISION BOUNDARIES AND FOR TULSA DISTRICT CUSTOMERS This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. Respondents will not be notified of the sources sought evaluation results. The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) is conducting market research for anticipated A-E services and intends to solicit proposals for a 5-year $49.5M indefinite delivery/indefinite quantity (IDIQ) contract(s) on or about 16 February 2014. The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research. A full range of A-E services for engineering, design and construction phase services are anticipated, which may include, but are not limited to any or all of the following: program management, data management, project programming and planning, feasibility and concept studies, space utilization, design concepts/standards, research, analysis, engineering, design, design/build request for proposal preparation, engineering during construction, and construction phase support for military, civil works and international and interagency services (IIS). Engineering and design within these services also include, but are not limited to, design of new construction, both vertical and horizontal, alteration of facilities, maintenance and repair of real property, pre-design site assessment, topographic and boundary surveys to include mapping, geotechnical investigation and reports, environmental investigations, studies and reports, hazardous materials testing, abatement and monitoring, historical and cultural resource investigations, seismic studies, cost estimates, value engineering, design reviews, life cycle costing, computer aided drafting, geospatial information systems (GIS), building information modeling (BIM). Engineering during construction and construction phase support include post design-shop drawing review, construction phase services, and construction administration. The contractor is also required to have expertise and knowledge of: US Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) registration and certification requirements; Federal Asbestos Hazard Emergency Response Act (AHERA) inspections and documentation; the design of Anti-Terrorism/Force Protection (AT/FP) requirements; security, data, and communications systems; fire protection and life safety systems; blast design; mechanical systems and commissioning; and other technical services may be required. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities and relevant experience of all business size standards to provide A-E environmental services for work assigned to USACE Southwest Division (SWD). The Government must ensure there is adequate interest and competition among the potential pool of responsible firms. Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Woman Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB) Concern, and Large Business are highly encouraged to respond to the sources sought. The anticipated contract period of performance is for a Base of one year and four one-year options. The total contract capacity is estimated at $49.5M and multiple contracts are anticipated up to this amount. The estimated minimum task order amount is $25,000. The estimated maximum task order amount is $2,000,000 with the average size task order being $500,000. Firms must have ability to perform up to five task orders simultaneously. Smaller dollar amount contracts may be intended for small business depending on the results of the sources sought. The North American Industrial Classification System (NAICS) Code for this procurement is 541330, A-E Services, which has a small business size standard of $14M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The most relevant contract work submitted in response to this Sources Sought Announcement will include both vertical and horizontal design experience, military and civil works design experience, and federal government experience. Firms are required to self perform a minimum of 50% of the contract requirements. Typical vertical design will include site/civil engineering, structural engineering, mechanical engineering, electrical engineering and architecture. For horizontal design, this includes site/civil engineering, structural engineering, and geotechnical engineering. Minimum qualifications include average annual gross revenue exceeding $2M, and more than 15 full-time personnel. Award(s) will be based on selection of the most highly qualified firm(s) in accordance with the A-E Brooks Act procedures in accordance with FAR 36.6. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities, www.fbo.gov, which will invite firms to register electronically to receive a copy of the solicitation when it is issued. Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. Contractors responding to this Sources Sought must complete the on-line survey questionnaire provided at the URL below; as well as providing an Experience/Capabilities Statement (not to exceed 5 pages). A pdf copy of the survey questionnaire is attached to this announcement to assist respondents with completing the on-line survey questionnaire. It is strongly recommended that respondents review the pdf copy of the survey questionnaire prior to beginning it; as the questions must be answered sequentially and the survey tool does not lend itself to making changes once it's begun. Also, wait for the completed survey questionnaire to fully download before closing the survey website. SURVEY QUESTIONNAIRE LINK = https://www.surveymonkey.com/s/XKCZ7TV EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: 1. The Experience/Capabilities Statement is limited to 5 pages, and shall be submitted in PDF format with the following file name convention: ACME_SS W912BV-14-S-0002 EXP STATEMENT. 2. Provide Firm's name and Dun and Bradstreet (D&B) Data Universal Numbering System (DUNS). 3. Provide any general information on the Firm's Experience/Capabilities as they pertain to A-E services and self performance requirements. 4. Provide the Firm's Teaming Arrangement, Joint Venture and/or Mentor-Protege information, as applicable. 5. Provide up to three examples of A-E services projects performed within the past 3 years for military, civil works and IIS relevant to this Sources Sought. Include the customer agency/installation name, project title, project location, contract number, construction contract amount, and period of performance for each example project provided. If proposing as a Teaming Arrangement, Joint Venture and/or Mentor-Prot g, the three examples provided must be submitted as a team and not as separate firms. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Diane Cianci, at Diane.Cianci@usace.army.mil; phone number 918-669-7458. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to Diane.Cianci@usace.army.mil. The survey questionnaire responses will be retrieved electronically from the web-based survey tool. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 27 DECEMBER 2013 at 1700 CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-14-S-0002/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CECT-SWT-E, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN03249330-W 20131212/131210234622-607cf433c7c52be364f5f5494ec96333 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.