The RFP Database
New business relationships start here

SOURCES SOUGHT for A-E IDIQ for Military Programs in USACE SPD/SPK


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

SOURCES SOUGHT ANNOUNCEMENT. This Sources Sought announcement is part of a MARKET SURVEY for information and preliminary planning purposes only. This notice is NOT to be construed as a commitment by the Government for any purpose other than a MARKET SURVEY. This is not a solicitation or pre-solicitation announcement. No proposals are being requested or accepted with this SOURCES SOUGHT. Respondents will NOT be notified of the results of the MARKET SURVEY. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.



The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), is seeking capable SMALL BUSINESS firms interested in providing Architect-Engineer (A-E) services meeting the project description. Dependent upon the market research of responses received, the contemplated acquisition will be competitive, firm fixed-price, indefinite delivery Contracts (IDC).

The contemplated IDC will be a small business set-aside. The type of socioeconomic small business set-aside, if any, to be issued will depend upon the responses to this SOURCES SOUGHT. The contemplated IDC, if and when solicited, will be procured in accordance with the Selection of Architects and Engineers (40 U.S.C. chapter 11), as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The contemplated procurement would be performed using, but not limited to, North American Industrial Classification System Code (NAICS) 541330 for Engineering Services, which has a small business size standard of $15,000,000. The Standard Industrial Code (SIC) is 8711. The Product and Service Code (PSC) is C219.



The purpose of this SOURCES SOUGHT is to gain knowledge of interest, capabilities, and qualifications of various members of industry within the Small Business Community, to include Section 8(a) Certified Small Business, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government intent is to further set-aside the contemplated procurement to a socioeconomic small business concern; however, this SOURCES SOUGHT is intended to ensure that there is adequate competition among the potential pool of responsive contractors. The Government intends to use the responses to this SOURCES SOUGHT, and appropriate contracting and business processes, to complete an open pre-solicitation notice in the near future for IDCs, dependent on availability of funds.


The contemplated procurement would replace the canceled Solicitation No. W91238-16-R-0029. It is anticipated that there will be one pool for multiple contract awards, restricted to the authorized set aside(s). ALL small business concerns are highly encouraged to participate.



CONTRACT REQUIREMENT:


The anticipated contract type is for multiple firm fixed-price IDCs with a performance period of five (5) years (ordering period) for a total contract value of $9.9 million in shared capacity among the successful awardees. For this IDC, small business firms are reminded of the requirements under FAR 52.219-14 Limitations on Subcontracting. Small business firms must self-perform at least 50% of the cost of contract performance incurred for personnel. The self-performance cost meeting the 50% limit shall be expended for employees of the concern for service type procurement


The contractor shall be responsible for products being completed per the latest SPK District A E Guides and proving the capability to access ProjNet (formally called DrChecks) at www.projnet.org. A-E Guides and ProjNet access can be requested from Vincent Andrada, Chief of the Quality Assurance, Specifications and Architect-Engineer Section, at Vincent.G.Andrada@usace.army.mil or Wayne Switzer, AE Coordinator, Engineering, at Wayne.J.Switzer@usace.army.mil


 


PROJECT DESCRIPTION:


A-E services are required to provide the full spectrum of design disciplines on all or portions of Military Construction, Alteration, Renovation, Maintenance and Repair projects, which may include construction phase services. Projects will primarily be within the SPK boundaries; however, the contracts may also be used by other Districts within the South Pacific Division [SPD consisting of SPK, San Francisco District (SPN), Los Angeles District (SPL) and Albuquerque District (SPA)) This work will include all A-E related services necessary to complete the assigned task orders for studies and designs. A project specific scope of work will be issued with each task order.


The selected A-E firms will be required to possess an approved Department of Defense Cost Accounting System or be capable of obtaining such an approved system, certified by the Defense Contract Audit Agency (DCAA). The Government will likely request audit data from the A-E contractor's accounting system from the DCAA during negotiation of the proposal for the requirement.



SUBMISSION REQUIREMENTS:


ALL small business concerns are invited to submit a statement of interest in response to this market survey. Responses to this SOURCES SOUGHT must contain the following information.


1.    Statement that your firm is interested in submitting a proposal for this project if it is formally advertised.


2.    Name of the firm to include address, phone, and Point of Contact.


3.    Company CAGE code and DUNS number.


4.    Identify small business status.


5.    Statement of Capability (SOC), which is not to exceed six (6) pages, stating your firm's knowledge and experience, within the last 5 years, based on the key areas identified below. Identify whether any work stated in the SOC was completed independently as the prime contractor, or affiliated with another contractor (in a joint venture or as a subcontractor). For each project listed in your SOC as the prime contractor, please provide a title, total contract amount, description of the work, location, and date completed. If your firm's role was as a subcontractor, describe the services your firm provided.


a. Military Design Task Orders range from small studies to full design:
i.    Construction of new facilities
ii.    Alteration, Renovation, Maintenance or Repair of existing facilities
iii.    Engineering During Construction (EDC)
iv.    Hazardous materials - Locate, identify, abate or remove
v.    Existing or Unexploded Ordnance (UXO) - Locate, identify, render safe and recover - types may include
•    Explosive
•    Improvised
•    Chemical
•    Biological
•    Nuclear


b.     Example Military Design facilities:
i.    Buildings
ii.    Infrastructure (road and utility) systems
iii.    Airfields
iv.    Ports, seawalls, piers, and cargo cranes
v.    Bridges and drainage structures ranging from intermittent flow to major rivers
vi.    Security features, i.e. perimeter control fences, entry control points, access controlled doors or gates, monitoring cameras and recorded surveillance


c.    Example Military Design studies:
i.    Design charrettes
ii.    Facility condition assessment
iii.    Life cycle engineering
iv.    Evaluation of existing and future facility requirements
v.    Estimating capacity of existing infrastructure and utilities
vi.    Determining required utility services and alternatives for delivery of utilities
vii.    Evaluating and recommending changes to installation maintenance and operation programs
viii.    Maintaining geo-located data mapping existing infrastructure


d.    Input to work products may be required by the full range of disciplines including but not limited to:
i.    Architecture
ii.    Interior Design
iii.    Landscape Architecture
iv.    Structural Engineering
v.    Mechanical Engineering
vi.    Electrical Engineering
vii.    Civil Engineering
viii.    Environmental Engineering
ix.    Geotechnical Engineering
x.    Transportation Engineering
xi.    Fire Protection Engineering
xii.    Communication Engineering
xiii.    Cost Engineering
xiv.    Surveying
xv.    Physical Security
xvi.    CADD
xvii.    BIM, Modeling and Simulation
xviii.    Construction Scheduling
xix.    Project Management
xx.    Construction Management


Responses must be specific to each of the qualifications listed above to show that the respondent meets each qualification or has the skills and experience; if a response does NOT show that the respondent meets each of the qualifications and possesses the skills and experience, it will NOT be considered by the Government.


DO NOT submit SF 330s in response to this SOURCES SOUGHT.


Submission of your statement of interest is not a prerequisite to any potential future offerings; however, your firm's participation will assist SPK in identifying sources with required capabilities. If a determination is made by the Government to compete this requirement, then a solicitation will be synopsized in FedBizOpps only (https://www.fbo.gov) at a future date. The sources sought announcement number will be indicated in that announcement.


Submit your statement of interest using Adobe Portable Document Format (PDF) via e-mail to Harold.Williamson@usace.army.mil; Roxana.C.Ahola@usace.army.mil; and Jin.Kim@usace.army.mil.



Harold Williamson, Contract Specialist, Phone 9165575196, Email Harold.Williamson@usace.army.mil - Jin Y. Kim, Contracting Officer, Phone 9165577957, Email jin.kim@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP