Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

C -- Market Survey - $9.9M Indefinite-Delivery Architect-Engineer Services Contract (Mechanical and Fuel Systems) for Design of Miscellaneous Projects in the Pacific Region

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A17Z0006
 
Archive Date
2/11/2017
 
Point of Contact
Kent Tamai, Phone: 808-835-4377
 
E-Mail Address
kent.a.tamai@usace.army.mil
(kent.a.tamai@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Honolulu District, US Army Corps of Engineers, is contemplating the award of multiple Indefinite-Delivery Architect-Engineer Services Contract (Mechanical and Fuel Systems) for Design of Miscellaneous Projects in the Pacific Region. The IDCs will consist of a base period of one year and two 1 year options. The amount will not exceed a cumulative total of $9,900,000 for all contracts awarded under the solicitation, over the three (3) year period. Work is subject to the availability of funds. Each task order issued shall be firm-fixed price (as negotiated). Funding shall be cited on individual task orders. Only firms considered highly qualified will be awarded a contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Project Scope: Mechanical work may include plumbing, compressed air, industrial ventilation and HVAC design, energy and life cycle cost analysis, POL design, process pumping and piping design, anti-terrorism and force protection design associated with mechanical systems, seismic design for mechanical systems, and DDC control design for various facilities. POL work may include fuel tank farm design, aircraft fueling facilities, transmission lines, tank truck loading and off loading facilities, marine receiving and dispensing facilities, and natural and LPG gas tank and gas distribution systems. Fire protection work may include fire suppression/extinguishing, fire alarm, mass notification, carbon monoxide detection, and smoke control system design; building code, life safety code, and water supply analyses; and a multi-discipline review of the entire project for various facilities. Fire suppression/extinguishing systems may include automatic sprinkler, water spray, foam, standpipe, dry chemical, wet chemical, clean agent, water mist, and carbon dioxide systems; portable fire extinguishers; and fire pumps. BACKGROUND. Mechanical and Fuel Systems Design and/or other Professional Services are being procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, as required for design support primarily for projects within or assigned to the Honolulu District, U.S. Army Corps of Engineers or within the Pacific Ocean Division. Contract capacity may be shared with other U.S. Army Corps of Engineers Districts upon approval by the Contracting Officer and acceptance by the Contractor. Work primarily includes but is not limited to any or all of the following range of Mechanical and Fuel Systems Engineering services for a broad variety of minor to major repair, modification, rehabilitation, alternatives and new construction projects primarily in support of the Department of Defense and associated Agencies. The work and type of services will consist primarily of preparation of design analyses and reports; plans and specifications for the site designs of predominantly vertical construction projects; horizontal construction projects may also be in the variety of work assigned. All design and other engineering-related services must be performed by or under the direct supervision of licensed professional Engineers. Only interested PRIME Architect-Engineers should submit a narrative demonstrating experience in the project scope. Please indicate if the firm is a small business contractor or a contractor that qualifies under a Small Business Program (i.e. 8(a), HUBZone, Service-disabled Veteran-owned Small Business, Women-owned Small Business). SIZE STANDARD. The North American Industrial Classification Code (NAICS) for this procurement is 541330. This announcement is open to all businesses regardless of size. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note it is required that interested contractors be registered in System for Award Management (SAM). Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Information shall be submitted electronically to Kent Tamai at kent.a.tamai@usace.army.mil by January 27, 2017, 4:00 p.m. Hawaii Standard Time. PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors. NAICS Code: 541330 - Engineering Services
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A17Z0006/listing.html)
 
Place of Performance
Address: Pacific Region, Fort Shafter, Hawaii, 96858, United States
Zip Code: 96858
 
Record
SN04368468-W 20170113/170111233843-cb6aa2ad88c9329f464ca32512a42475 (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.