News

ARCHITECH-ENGINEER (AE) SERVICES FOR MULTIDISCIPLINARY AE DESIGN CONTRACT IN SUPORT OF US ARMY CORPS OF ENGINEERS NATIONWIDE тАУ STANDARDIZATION AND SUSTAINABILITY BRANCH (SSB)

Type of document: Contract Notice
Country: United States

ARCHITECH-ENGINEER (AE) SERVICES FOR MULTIDISCIPLINARY AE DESIGN CONTRACT IN SUPORT OF US ARMY CORPS OF ENGINEERS NATIONWIDE тАУ STANDARDIZATION AND SUSTAINABILITY BRANCH (SSB)

Agency:
Department of the Army

Official Address:
Attn: CESWF-CT
PO Box 17300 Fort Worth TX 76102-0300

Zip Code:
76102-0300

Contact:
Patricia A. Jackson, Contract Specialist, Phone 8178861054, Email patricia.a.jackson3@usace.army.mil тАУ Linda Eadie , Contracting Officer, Phone 816-886-1085, Email linda.d.eadie@usace.army.mil

Link:

Date Posted:
14/12/2017

Classification:
C

Contract Description:
This Sources Sought announcement is part of a market survey for information to be used only for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICIATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHTтАжTHEREFORE NO SF 330 FORMS ARE REQUIRED AT THIS TIME. No reimbursement 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.

The U.S. Army Corps of Engineers, Fort Worth District, is seeking sources for professional, multidiscipline Architect Engineer (AE) design services, Military and Civil. Depending upon the analysis of the responses received, the proposed acquisition(s) will be competitive, firm fixed price, indefinite delivery Multiple Award Task Order Contracts. The type of set-aside decisions to be issued will depend upon the responses to this synopsis.

The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business community, 8(a) Certified Small Business, Historically Underutilized Business Zones (HUBZone), Services-Disabled Veteran-Owned Small Business (SDVOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to complete an open pre-solicitation notice in the near future for indefinite delivery indefinite quantity AE services contract(s), dependent on availability of funds.

The Government is seeking qualified, experienced sources capable of providing Design Services for a variety of projects varying in construction value from $2M to $80M, procured in accordance with PL 582 (Brooks A-E Act) and FAR Part 36, for Architect Engineer (AE) services required to support Department of Defense construction programs managed by the USACE Standardization and Sustainability Branch and Center of Standardization (COS) on military installations nationwide. Information on the COS and where work is performed is available on the following Web site:

Design Services to be performed under the resultant firm fixed price contract will consist of completing design of an Adapt-Build model for a specific project location for Barracks, Administrative Facilities and Warehouses described below. The Adapt-Build Model incorporates Army Standard criteria and Standard Design features, maintained through BIM technology, to allow adaptation to specific site conditions that maximize the ArmyтАЩs design dollars by reducing or eliminating the repeatable design costs in the adaptation process

Barracks: Permanent Party Barracks (a.k.a. Unaccompanied Enlisted Personnel Housing (UEPH) dwelling units consisting of apartment-type complexes of two-bedroom, one-bath units with kitchen (1 + 1E module). The project is intended to be similar both functionally and technically to similar housing in the private sector community surrounding the installation. The overall building gross area is based on allocating each occupant 366 gross square feet for buildings up to three stories in height and 388 gross square feet for buildings four stories or higher. The gross square feet per occupant includes the total area of all functional areas required in the building, including all dwelling units, common areas, canopies, and support areas, e.g. stairways, elevators, foyers, corridors, public toilets, janitorтАЩs closets, and utility room spaces. Transient Barracks, consisting of Basic Training (BT), Advanced Individual Training (AIT), and Warriors in Transition (WT) Barracks. The BT Barracks/Company Operations Facility (B/COF) is comprised of sleeping bays, restrooms, classrooms, storage, laundry areas, scrub rooms and company operations components. The AIT B/COF is comprised of sleeping units, toilets, computer learning centers, multipurpose space, storage, laundry areas, day rooms, and company operations components. The WT Barracks is comprised of two types of standard 2-bedroom apartment units with either 2-bathrooms or 1-bathroom, public toilets, vending, lobby with Charge of Quarters (CQ) station, multi-purpose room, storage, and other support areas. The Army Standard for WT Barracks is a 50/50 ratio of 2-Bedoom, 2-Bathroom apartment units and 2-Bedroom, 1-Bathroom apartment units. Facilities will conform to the Architectural Barriers Act (ABA) as appropriate. Design work may include site improvements and other infrastructure necessary to directly support the new facilities.

Administrative Facilities: Administrative facilities to include Advanced Individual Training (AIT) Battalion Headquarters (BnHQ), AIT Brigade Headquarters (Bde HQ), Basic Training (BT) Battalion Headquarters (BnHQ), AIT BnHQ is comprised of administration, command operations, special functions, storage and classroom components. The AIT Bde HQ is comprised of administration, command operations, and special functions. The BT BnHQ is comprised of administration, command operations, special functions, with storage and classroom components for a Training Battalion. Facilities will conform to the Architectural Barriers Act (ABA) as appropriate. Design work may include site improvements and other infrastructure necessary to directly support the new facilities.

Warehouses: General Purpose Warehouses (GPW)s are intended to be similar both functionally and technically to private sector industrial warehouses. Central Issue Facilities (CIF)s provide storage capabilities combined with office space, used in the administration of issuing soldierтАЩs equipment as needed. The facilities support open storage for deployment functions as necessary by the Army Unit occupying the building. The functional and operational requirements of the CIF require that the design be based on the characteristics of the material being handled and stored, the volume and flow pattern through the facility, and the inventory pattern. Therefore, the overall building design and configurations will vary as required to meet project specific requirements. Supply Storage Activity Warehouses (SSA) provide a facility capable of storing and maintaining the Army pre-positioned stocks and items required for active duty operations. This facility is similar to a Central Issue Facility and General Purpose Warehouse. The functional and operational requirements of the SSA require that the design be based on the characteristics of the material being handled and stored, and the volume and flow pattern through the facility is in an orderly and efficient manner.

A-E Services are expected to be required for engineering, design, and related services to potentially include but not limited to any or all of the following: Sustainable Design Services, Commissioning Agent (CxA) for Enhanced Commissioning LEED Credit and LEED consulting; structural engineering such as progressive collapse analysis and threat analysis; security/anti-terrorism/force protection analysis; architectural such as interior design; IT and communications systems design such as access control, intrusion detection, CCTV, mass notification, audio/visual, network infrastructure, backbone cabling; energy controls and building automation integration; multidiscipline design support and consultant services; design, drafting, and planning services for new construction and/or renovation, demolition and alterations of existing facilities; construction cost estimating. The A-E may be required to undertake any reviews, studies or investigations, civil works studies and design, value engineering, life cycle costing, topographic surveys, soil borings and analysis, soils engineering, environmental studies and review. Project deliverables may include engineering studies, CADD produced plans and specifications prepared utilizing SpeAcsintact software (government furnished software) using Unified Facilities Guide Specifications, construction cost estimates prepared utilizing MII (government furnished software) (MII cost estimating software will be provided by the Government with data base information purchased by the A-E), and design analysis.

It is anticipated that there will be multiple pools such as Unrestricted and authorized set asides. All AE contractors are highly encouraged to participate.

ESTIMATED CONTRACT DURATION AND CAPACITY: The contract(s) are anticipated to include a base period (not-to-exceed [NTE] one (1) year and four (4) optional periods (NTE one year each), for a total contract performance period NTE five (5) years. Firms must have ability to perform up to three (3) task orders simultaneously.

North American Industry Classification System (NAICS) code is 541330 and has a Small Business Size Standard of $15 million. The Product and Service Code (PSC) is C219.

If a requirement is a Small Business Set-Aside then small business firms are reminded of the requirements under FAR Clause 52.219-14 Limitations on Subcontracting. The offeror/contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred shall be expended for employees of the concern.

BASIS OF AWARD: Award will be based on selection of the most highly qualified firm or firms in accordance with Public Law 92-582 procedures and FAR Part 36.6. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fb.gov).

Prior Government contract work is not required for submitting a response under this sources sought synopsis.

SOURCES SOUGHT RESPONSE: FirmтАЩs response to this synopsis shall be limited to 5 pages and shall include the following information:

1. FirmтАЩs name, address, point of contact, phone number, and e-mail address

2. FirmтАЩs CAGE CODE and DUNS Number

3. FirmтАЩs interest in proposing on the solicitation when issued

4. FirmтАЩs capability to perform a contract of this magnitude and complexity (include firmтАЩs capability to execute AE services comparable work performed with the past five [5] years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project тАУ provide at least three (3) examples

5. FirmтАЩs business size тАУ Large Business, Small Business, 8(a), HUBZone, SDVOSB, and/or EDWOSB

6. FirmтАЩs limitations to where the work will be performed

7. FirmтАЩs Joint Ventures (existing), including Mentor Prot├йg├йs and teaming arrangement information

 

Response Date:
011218

Sol Number:
W9126G18R0058

 

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