News

A-E Services, Israel

Type of document: Contract Notice
Country: United States

A-E Services, Israel

Agency:
Department of the Army

Zip Code:
65187

Contact:
Susan K. Dunnagan, Contract Specialist, Phone 345702078, Email susan.k.dunnagan@usace.army.mil тАУ Glenn E. Adams, Contracting Officer, Phone 004961197442723, Email glenn.adams@usace.army.mil

Link:

Date Posted:
10/03/2017

Classification:
C

Contract Description:
Description:
a. This is a Sources Sought Synopsis announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis.

b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested A-E firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry.

c. Description of Project: The U.S. Army Corps of Engineers, Europe District (CENAU) anticipates to solicit and award one with the possibility of additional Indefinite Delivery Contracts (IDCs), to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.

These contracts will be used to support A-E requirements in Israel.

d. Security Requirements: Security requirements will be addressed per Task Order. From time-to-time there will be projects that are of a secure nature.
e. Total Value of Contracts: The amount of work for each contract will not exceed $4,900,000 with a maximum limit per task order of $2,500,000. Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits.

f. Performance Period: The contracts will include a base period, not-to-exceed (NTE) three (3) years and two (2) option periods (NTE one year each), for a total contract performance period NTE five (5) years. The Government reserves the right to award an additional contract(s) from the solicitation within one year from contract award date.

g. Anticipated Award Date: The contract(s) are anticipated to be awarded in the 3rd Qtr FY17.

Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS.

The general scope of work includes, but is not limited to:

A-E Services: Preparation of design criteria, architectural engineering designs, specifications, design-related analyses and studies, Request-For-Proposal packages for design/build projects, cost estimates, and engineering assessments and systems analysis of existing facilities and infrastructure for military facilities in the nation of Israel. Sustainable design using an integrated design approach may also be required. Additional support may include feasibility studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-builts, security upgrades, anti-terrorism/force protection assessments and design, site investigations, structural analysis and testing, energy conservation, and fire protection. Additionally, support may also include planning services such as comprehensive master plans, installation real property master planning, infrastructure assessments, planning & design charrettes, value engineering studies, CAD/GIS mapping, and systems analysis of existing facilities and infrastructure. Also, the A-E services may include certification by an engineer licensed in Israel that the construction is in conformance with the design.

Construction Services: Project schedule development and network analysis, construction inspection, quality assurance, engineering and design during construction, safety inspections, and materials and equipment testing including systems commissioning.

Environmental: Environmental AE Services include, but are not limited to: preparing the Israel Final Governing Standards (FGS) per the latest (November 2016) guidance and the Overseas Environmental Baseline Guidance Document (OEBGD) revisions; environmental engineering for 1391 (Section J) preparation in support of construction; environmental expert consultation; compliance remediation to include preliminary assessments/site investigations, remedial investigation/feasibility studies, and remedial design as a single project; geotechnical and environmental investigations and surveys ancillary to design and/or construction; preservation surveys, management plans, and restoration designs for historic sites/structures; corrective action and/or prevention plans and designs; Aeronautical Reconnaissance Coverage Geographic Information System (ArcGIS) mapping; and repair design, removal and/or replacement of above- and/or underground storage tanks and appurtenances.

Responding to Sources Sought

a. Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation):

OfferorтАЩs names, address, point of contact, phone number, and e-mail address.

OfferorтАЩs Cage Code and DUNS number.

OfferorтАЩs interest in participating on the solicitation when it is issued.

OfferorтАЩs capability to perform a contract of this magnitude and complexity (include offerorтАЩs in-house capability to execute A-E services, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples.

OfferorтАЩs experience working with Foreign Military Sales (FMS) projects.

Offerors shall either have the in-house capability to work in Israel or must have a current Technical Assistance Agreement in place for their Israeli Partners

OfferorтАЩs experience working in Israel.

OfferorтАЩs Joint Venture information if applicable тАУ existing and potential.

Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 1600 hrs (CET) 24 March 2017. All interested contractors must be registered with sam.gov to be eligible for award of Government contracts. Email responses to: susan.k.dunnagan@usace.army.mil.

North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541330 тАЬEngineering ServicesтАЭ.

Small Business Size Standard: N/A

CT Point of Contact:

Susan Dunnagan
Contracting Specialist
US Army Corps of Engineers, Europe District
Tel +49-(0)611-9744-2078
susan.k.dunnagan@usace.army.mil

Response Date:
032417

Sol Number:
W912GB-17-X-0034

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy