The RFP Database
New business relationships start here

General Architect and Engineering Services


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

This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified business sources under North American Industry Classification System (NAICS) 541330 (Engineering Services). The Small Business size standard is $15 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP), NOT A REQUEST FOR A STANDARD FORM 330, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For market research purposes both small and large businesses should provide responses.


1. CONTRACT INFORMATION:
The U.S. Army Corps of Engineers, Engineering and Support Center (CEHNC) will select Architect-Engineer (A-E) firms for one (1) or more of the following seven (7) architecture and engineering service areas: (1) General Military Facilities Design/Studies, (2) Facility Commissioning, (3) Facilities Cybersecurity, (4) Facility High-Altitude Electromagnetic Pulse (HEMP) Studies/Design, (5) Facility Failure Mode, Effects, and Criticality Analysis (FMECA), Reliability, Availability, & Maintainability (RAM), and TEMPEST Analyses, (6) General Military Facility Cost Engineering/Estimating, (7) Explosives and Blast Engineering. These services are intended to be procured through task orders using Indefinite Delivery Contracts (IDC). These IDCs will primarily support the USACE Engineering and Support Center, Huntsville programs as well as other DoD and non-DoD customers. The contracts addressed by this notice will provide A-E services for projects both within the contiguous United States and outside the contiguous United States. Possible nations include Afghanistan, Germany, Italy, Japan, and Korea.


The Government is gathering information to assist in determining an acquisition approach for the above listed services. As a result, the Government is performing market research in order to determine what business, small or large, possess the capability to execute some of the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone and/or Service Disabled Veteran Owned, and woman owned). Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the Capability Questionnaire attached to this Sources Sought request. If no experience or capabilities are associated with a particular question, so indicate. Based upon responses received from both small and other than small businesses, consideration will be given to define an acquisition approach that provides maximum practicable opportunities and participation for small business programs.


Any contracts awarded are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and Engineering Pamphlet (EP) 715-1-7. CEHNC anticipates awarding contracts for one base year and four (4) one-year option periods for a total of 5 years if all option years are exercised. The program capacity shared by all awarded contracts will be approximately $30M.


2. PROJECT INFORMATION:
The objective of this contract is to provide engineering and architectural services primarily in support of USACE Engineering and Support Center, Huntsville programs. These services may include but are not limited to the following seven (7) functional areas: (1) General Military Facilities Design/Studies to include but not limited to Architectural and Engineering designs, drawings, plans, specifications (all major disciplines to include Anti-Terrorism/Force Protection (AT/FP)), Design-Build RFP development; bid document preparation, Design criteria development, Construction Cost Estimation/Schedule Preparation, Facility condition surveys/studies; testing; HAZMAT surveys; GIS surveys; engineering forensics, Value Engineering Studies, Specification updates and policy input, Design reviews, Independent Technical Reviews (ITR) support, Site planning, Facility Planning, Economic Analysis, Construction Cost Estimating, Construction Phase Support (2) Facility Commissioning to include but not limited to Fundamental, enhanced, and retro-commissioning and post-occupancy validation HVAC, electrical, plumbing, control systems (3) Facilities Cybersecurity to include services primarily related to real property facility systems (HVAC, controls, etc.) and NOT related to personal property or non-installed equipment (4) Facility High-Altitude Electromagnetic Pulse (HEMP) Studies/Design (5) Facility Failure Mode, Effects, and Criticality Analysis (FMECA), Reliability, Availability, & Maintainability (RAM), and TEMPEST Analyses (6) General Military Facility Cost Engineering/Estimating to include but not limited to Planning estimates, parametric estimates, and detail estimates, Reviewing cost portions of DD1391 documents, Development of schedules and project controls documentation (7) Explosives and Blast Engineering to include but not limited to Development of Explosive Safety Plans, Explosives effects/mitigation, Protective construction, Explosives safety studies/reports. Work may involve projects at both within the Contiguous United States and outside the Contiguous United States locations. Outside the Contiguous United States locations will include: Germany, Italy, Japan, the Republic of Korea, and Afghanistan. Design requirements may need to consider applicable host nation design codes and standards at these sites. The work will, in some cases, necessitate travel to work sites and Government installations for the purposes of data collection, meetings, etc. However, the bulk of the work is anticipated to be performed in the home offices of the AE firm.


3. SUBMISSION REQUIREMENTS
Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 ½" X 11" pages. The submission will address all questions in the Capabilities Questionnaire (attached to this Sources Sought request) and your ability to perform the services stated in the Project Information section of this Sources Sought Notice. Computer files must be compatible with the latest version of Microsoft Word. Submit responses via email to: CEHNC-GAES@usace.army.mil, and copy Kevin Powell, Contract Specialist, at kevin.powell@usace.army.mil. Submissions shall be received no later than 1000 hours Central Standard Time on Wednesday, 07 February 2018. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to the Pre-award inbox, CEHNC-GAES@usace.army.mil, and copy Kevin Powell, Contract Specialist, at kevin.powell@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach.


SEE ATTACHMENT FOR CAPABILITIES QUESTIONNAIRE.


Kevin J. Powell, Contract Specialist, Phone 256-895-1572, Email kevin.powell@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP