Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
MODIFICATION

C -- A-E IDIQ for Design and Construction Support Services - Amendment 1

Notice Date
1/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW18R0005
 
Archive Date
2/16/2018
 
Point of Contact
Shawna West, Phone: 206-764-6575, Martin Hansen, Phone: 206-316-3089
 
E-Mail Address
shawna.west@usace.army.mil, martin.j.hansen2@usace.army.mil
(shawna.west@usace.army.mil, martin.j.hansen2@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Synopsis dated 12JAN18 replaces the previous version in its ENTIRETY. Synopsis Q&A 12JAN18 The purposes of this FBO Amendment No. 1 are to: 1. Incorporate questions received and the Government's answers, as attached, 2. Incorporate the revised Synopsis dated 12JAN18, as attached, which replaces the previous version in its entirety, 3. Extend the SF330 Response date to 1FEB18 at 2:00PM PST; and, 4. Revise the FBO Description, as reflected below. THE ATTACHED SYNOPSIS DATED 12JAN18 HAS REVISED EVALUATION CRITERIA AND SHALL BE USED TO DEVELOP SF330 RESPONSES. THE PREVIOUS VERSION POSTED ON 22DEC17 SHALL NOT BE USED. A-E IDIQ for Design and Construction Support Services Joint Base Lewis-McChord, Washington Small Business Set-Aside General Information Document Type: Pre-Solicitation Notice Solicitation Number: W912DW18R0005 (supersedes Solicitation Number W912DW-17-R-0017 [Sources Sought Notice] issued on January 4, 2017) Revised Posting Date: January 12, 2018 Original Posted Date: December 22, 2017 Classification Code: 541330 - Engineering Services Set-aside: Total Small Business (Open to all small business concerns (gross annual receipts $15M or less) Contracting Office Address U.S. Army Corps of Engineers, Seattle District 4735 East Marginal Way South Seattle, WA 98134 Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, the Brooks A-E Act, as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The scope of this proposed contract will include task orders for A-E design construction support services for projects under the military sustainment, restoration and modernization (SRM) programs. This acquisition will support a broad range of required services to include preparation of design-bid-build and design-build solicitations for new construction and renovation and repair projects, utility system studies, and related construction management services at the various locations at JBLM. The Government anticipates a target of between three (3) and five (5) Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be negotiated and awarded, each with a five (5) year base-period and no option period. However, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. The total, shared capacity for this contract is $30,000,000 ($30.0M) cumulative for the 5-year contract period. Individual task orders shall not exceed $1.0M, unless otherwise approved by the Contracting Officer. The minimum guarantee for the contract will be two thousand five hundred dollars ($2,500.00). Work will be issued by negotiated firm-fixed-price task orders; all task orders are subject to availability of funds. When the requirement is identified, the government will notify all contractors in the pool that an evaluation will be conducted. The notification will include whether the contractor's Standard Form 330 (SF330) will be used, or if the government requires unique experience or qualifications to be submitted for the task order evaluation. Specialized experience and technical competence, professional qualifications, past performance, capacity, and knowledge of locality will be considered for task orders to determine which firm is best qualified to accomplish the work. In the event two firms are technically equal based on the previously listed selection criteria, secondary criteria will be considered. North American Industrial Classification System (NAICS) code is 541330 - Engineering Services. Firms must be capable of providing support for program requirements for construction phase A-E Services to include planning, studies, design, and design support. The A-E services will be primarily for construction phase A-E services that will be utilized by the NWS Lewis and Clark Project Office (LACPO) for projects at JBLM and other Department of Defense (DoD) sites. This announcement is open to all small business concerns. For the purposes of this procurement, a concern is considered a small business if its annual gross receipts are $15M or less. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to where the services will be performed. To be eligible for contract award, a firm must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the System for Award Management (SAM). For information in regard to opening a SAM account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. At least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the Prime/JV. 2. PROJECT INFORMATION: Task Orders may entail work associated with the following design services; utilize Government designs, drawings, specifications, and standards for buildings, structures and other facilities as necessary to meet the requirements of the proposed project; and prepare, subject to the approval of the Contracting Officer, charrettes, preliminary studies, sketches, layout plans, reports and cost estimates of the proposed project. Effort may also include supporting government project managers in their negotiations with construction contractors prior to award of construction Task Orders. Designs may also include design-build projects requiring preparation of RFP documentation, material takeoffs, bills of materials, and detailed designs. 3. SELECTION CRITERIA: (See attached file for evaluation criteria.) Submittals must be delivered to the following address not later than 2:00 pm Pacific Standard Time, Thurs, February 1, 2018, (no faxed or other electronic submittals will be accepted): EMAIL: Emailed proposal packages will NOT be accepted. FAX: Faxed proposal packages will NOT be accepted. FED-EX/UPS: Shawna West, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CECT-NWS) 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385   MAIL: Shawna West, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CECT-NWS) PO Box 3755 Seattle, WA 98124-3755 (Please Note: Commercial Carriers will not deliver to PO Boxes) HAND DELIVERY: Shawna West, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CECT-NWS) 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385 The method of Hand Delivery has changed and takes longer than the previous method. Please allow sufficient time for heightened security at Government installations and to get to our new location in Oxbow Building #1202. Allow time to park, pass through a metal detector, sign in, and receive a building pass at the Federal Center South Building (#1201). From there, you will be directed to the new USACE Oxbow Building (#1202) which sits behind the Federal Center South Building (#1201). Report to the Security Desk in the lobby of the USACE Oxbow Building and call Sonia Frees, Procurement Technician, at 206-764-3516. A Contracting representative will come down and accept your SF330. Submit all questions, in writing only, to Shawna West (Contract Specialist) at Shawna.M.West@usace.army.mil. Questions must be submitted no later than Thursday, January 25, 2018, and must contain the solicitation number in the subject line of the e-mail. Primary Point of Contact: Ms. Shawna West Shawna.M.West@usace.army.mil Secondary Point of Contact Mr. Martin Hansen Martin.J.Hansen@usace.army.mil Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW18R0005/listing.html)
 
Place of Performance
Address: Joint Base Lewis-McChord, Joint Base Lewis-McChord, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04788838-W 20180114/180112230730-c8233c12c0bda5d7f4e0bdc7e3c44ecb (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.