News

Architect-Engineering Indefinite Delivery Contracts for Department of Defense Education Activity (DoDEA) Design Center Program

Type of document: Contract Notice
Country: United States

Architect-Engineering Indefinite Delivery Contracts for Department of Defense Education Activity (DoDEA) Design Center Program

Agency:
Department of the Army

Official Address:
803 Front Street Norfolk VA 23510-1096

Zip Code:
23510-1096

Contact:
Joy M. Wright, Phone 7572017145, Email joy.m.wright@usace.army.mil

Link:

Date Posted:
27/03/2017

Classification:
C

Contract Description:
BACKGROUND. Multi-discipline Architect-Engineering Services are being procured in accordance with Brooks Act, FAR Subpart 36.6, AFARS 5137.590-7 and USACE Acquisition Instruction (UAI) 37.1 to support the Department of Defense Education Activity (DoDEA) Design Center Program. The services include but are not limited to a broad variety of minor to major repairs, sustainment, restoration, modernization, modification, rehabilitation, alternatives and new construction projects primarily in support of the DoDEA program. The type of work performed will include planning, programming, feasibility studies, geotechnical investigations, permitting, charrettes, master planning, engineering studies, design services, estimating, surveying, site/field investigation, CADD drawing and document preparation and review, design review, operability and maintenance review of designs, construction management services, commissioning, studies, and reports. These services will include but are not limited to areas such as facility maintenance, repair, remodeling, renovation, or demolition, infrastructure, interiors refinishing; new construction, anti-terrorism (including and force protection, fire protection, and communications. All work will be performed by or under the direct supervision of licensed professional Architects or Engineers. The work required extends beyond a single project effort, in that it involves the planning and design support for the ongoing DoDEA MILCON and SRM programs. In general terms, the proposed contracts will consist of preparing construction request for proposal packages for either Design-Bid -Build or Design Build projects depending on the individual task order requirements.

The Norfolk District, Army Corps of Engineers is contemplating an indefinite delivery indefinite quantity (IDIQ) for multi-discipline Architect-Engineering Services in Support of the Department of Defense Education Activity (DoDEA) Design Center Program. The IDIQ will consist of a five year base period. The amount of the contract shall not exceed $60,000,000 over the five (5) year period to be evenly distributed to up to six (6) Architect-Engineering firms to be selected in the pool. Each task order issued shall be firm-fixed price (as negotiated). Funding shall be cited on individual task orders. Only firms considered highly qualified will be awarded a contract. Prior to award, the Government will negotiate the rate of an escalator which will adjust for inflation the IDIQ rates every twelve (12) months during the life of the contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services.

SIZE STANDARD. The North American Industrial Classification Code (NAICS) for this procurement is 541330. This announcement is open to all businesses regardless of size. If a large business firm is selected for this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan for that part of work it intends to subcontract.

All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be registered in the database maintained by the U.S. Small business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the responses are submitted will result in their elimination as a proposed subcontractor. To be eligible for contract award, firms must be registered in DoD System for Award Management (SAM). Register via the SAM internet site at or by contracting the DoD Electronic Commerce Information Center at 1-888-227-2423.

CONTRACT INFORMATION. No specific projects or tasks are identified at this time and therefore funds are not presently available for the contract. All projects will be design in nature and may include preliminary assessment, site inspection, testing, investigation, planning, studies, and design. Additional detail on the specific activities related to these types of projects will be documented in the Contract.

All services shall be performed in accordance with respective Installation Design Guides, as well as, all applicable codes and criteria required for Government work and all applicable laws, codes and regulations pertinent to accessibility. All work shall be performed in accordance with Federal Acquisition Regulation (FAR) (). Designs will be prepared using US Standard English units of measure, unless otherwise determined by task order ProjNet (DrChecks) () will be used for comment resolution of all design review submittals. As projects are received for execution, the contract requires that the selected firm have on-line access to E-mail via internet for routine exchange of correspondence and shall have access to an ftp site for exchange of large files.

We are requesting that all interested and qualified businesses respond to this sources sought notice with a capability statement similar to your marketing package used in everyday business. At a minimum include: (1) how your company is uniquely capable and qualified to handle tasks associated with this sources sought; (2) summarize your past performance on projects completed which included work identified above. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Your capabilities statement must be submitted in writing to the U.S. Army Corps of Engineers, Norfolk, ATTN: Joy Wright, Contracting Office, 803 Front Street, Norfolk, VA 23510. Please submit an original and an electronic copy of your capability package. The electronic copy may be in a pdf or image file format on a DVD or CD. The electronic copy will be used for administrative purposes only and will not be accepted as your response. In case of a discrepancy between the electronic copy and the original, the original will control. The capability statement must be submitted no later than 4:00PM EST on 11 April 2017. Limit capability briefing package to 10 pages. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. Point of Contact is Joy Wright, email: Joy.M.Wright@usace.army.mil.

Response Date:
041117

Sol Number:
W91236-17-R-0024

 

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