The RFP Database
New business relationships start here

$36M Indefinite-Delivery Architect-Engineer Services for Environmental/Planning Engineering of Miscellaneous Projects in the Pacific Region


Hawaii, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Honolulu District, US Army Corps of Engineers, is contemplating the award of a multiple Indefinite-Delivery Architect-Engineer Services Contract for Environmental/Planning Engineering of Miscellaneous Projects in the Pacific Region. The IDCs will consist of a one year base period and four one-year option periods. The total contract capacity will not exceed $36,000,000 for all contracts awarded under the solicitation, over the five year period. Each task order issued will be firm-fixed price (as negotiated).

This is a Sources Sought Synopsis. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursements will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this sources sought synopsis.


The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors.


REVISED Project scope: A-E firms must have primary capability in environmental/planning engineering. For environmental, prospective firms shall indicate their qualifications and experience in the preparation of environmental documents under the National Environmental Policy Act (NEPA), their understanding of Federal and State environmental laws and regulations including overseas SOFA agreements on environmental protection, as well as Executive Order 12114-Environmental Effects Abroad of Major Federal Actions. In addition, experiences and expertise shall include, but not be limited to, Section 7 of the Endangered Species Act, Section 106 of the National Historic Preservation Act, Air Quality, Water Quality/Water Quality Permits, Benthic Communities, Biological Assessments, Essential Fish Habitat, Land Use and Infrastructure etc. For planning, prospective firms shall indicate their understanding and experience with applying U.S. Army Corps of Engineers (USACE) planning principles as contained in 42 U.S. Code § 1962-3 - Water resources principles and guidelines and further detailed in Engineering Regulation (ER) 1105-2-100 in the development of Federal water resources projects. Additionally, firms should note their understanding and experience with applying a systems approach and integrated water resources planning.


The North American Industry Classification System (NAICS) code is 541330 which has a small business size standard of $15,000,000.


If a requirement is a Small Business Set-Aside, then Small Business firms are reminded that under FAR 52.219-14, Limitation on Subcontracting, they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of concern for service-type procurement.


Selection of A-E firms will be made in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and Engineering Pamphlet (EP) 715-1-7. Anticipated solicitation issuance date is on or about 1 Oct 2017. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.


Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information:
1. Firm's name, address, point of contact, phone number, and e-mail address.
2. Firm's interest in bidding on the solicitation when it is issued.
3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute AE services comparable work performed within the past 5 years):
Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples.
4. Firm's Business Size - LB, SB, 8(a), HUBZone, and/or SDVOSB.
5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable


All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Please see www.SAM.gov for additional information.


PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors.


Interested firms shall respond to this Sources Sought Synopsis no later than 3 Aug 17, 4:00 p.m. Hawaii Standard Time. Information shall be submitted electronically to Laurie Arvey at laurie.arvey@usace.army.mil.


 


Laurie Arvey, Phone 808-835-4388, Email Laurie.Arvey@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP