News

Indefinite Delivery Contracts for Architect-Engineer (A-E) Design Services тАУ USACE NWD

Type of document: Contract Notice
Country: United States

Indefinite Delivery Contracts for Architect-Engineer (A-E) Design Services тАУ USACE NWD

Agency:
Department of the Army

Official Address:
Attn: CENWO- CT
1616 Capitol Ave Omaha NE 68102-4901

Zip Code:
68102-4901

Contact:
Tyler P. Hegge, Email tyler.hegge@usace.army.mil тАУ Andrew Anderson, Email andrew.r.anderson@usace.army.mil

Link:

Date Posted:
05/01/2018

Classification:
C

Contract Description:
SOURCES SOUGHT ANNOUNCEMENT NO. W9128F-18-S-M006 тАУ INDEFINITE DELIVERY CONTRACTS FOR ARCHITECT-ENGINEER SERVICES, NORTHWESTERN DIVISION, USACE

This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE. Response to this request for information (RFI) is strictly voluntary and will not affect any businessтАЩs ability to submit an offer should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractorsтАЩ information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors.

The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members as well as other-than-Small Business firms (тАЬLargeтАЭ businesses), that are capable of providing services under North American Industrial Classification System (NAICS) code 541330 Engineering Services, which has a small business size standard of $15M in annual average gross receipts over the past three (3) years. All qualified, interested, capable firms are highly encouraged to respond to this sources sought announcement.

SCOPE OF REQUIREMENT

The Government has a need to replace existing Indefinite Delivery Contracts (IDCs) for Architect-Engineer (A-E) Services that are reaching their capacity**. The scope of the IDCs is Preparation of Studies, Analysis and Design Services for Military and Civil Works Projects within the Northwestern Division (NWD), U.S. Army Corps of Engineers (USACE). NWD serves the states (all, or part of, depending on boundaries for the different Military and Civil programs) of WA, OR, ID, NV, UT, MT, WY, CO, ND, SD, NE, KS, IA, MO, MN and WI; NWD boundaries map can be viewed at The A-E services will include studies, analysis and design in support of (1) new, additions and renovation of facilities including administrative, operations, training and maintenance facilities; (2) new or repair of infrastructure for facility-related site utilities and grounds, as well as site planning design, surveying, landscaping and roads and bridges; and (3) specialized building systems such as fire protection, security, detection and alarm systems and Energy Management Control Systems. Services will also include development of construction cost estimates, integration of current USACE sustainable design requirements, as well as construction submittal reviews. Anticipated key disciplines include project management, facility planning, architecture, interior design, mechanical, electrical, fire protection, building commissioning, structural, Anti-Terrorism/Force Protection (AT/FP), civil, communications engineering, cost estimating, geotechnical, and land surveyor. It is expected that the IDCs will primarily support military and Department of Veteran Affairs projects.

**The set of existing IDC contracts for this scope/requirement nearing their capacity that require replacement consists of the following four (4) IDCs (contract number, capacity). Each contract was awarded a five-year ordering period (one-year base period, plus four one-year option periods), and has a combined capacity of $36M.

W9128F-15-D-0001 тАУ $ 4 M тАУ Service-Disabled Veteran-Owned Small Business (SDVOSB)
W9128F-15-D-0002 тАУ $ 6 M тАУ Small Business (SB)
W9128F-15-D-0003 тАУ $ 13 M тАУ Unrestricted, Full and Open Competition
W9128F-15-D-0004 тАУ $ 13 M тАУ Unrestricted, Full and Open Competition

TYPES OF CONTRACTS

Contracts will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. It is projected that each contract awarded will have an ordering period of five (5) years from the date of award, via some combination of base and option years (e.g. five year base with no option periods, two-year base plus one three-year option period). The number of IDCs and dollar capacity to be awarded is undetermined at this time. Task orders will be firm-fixed-price. Task orders against existing IDCs to be replaced have ranged from approximately $3,000 to $3,500,000, with the overall per-task-order average being approximately $300,000 for Small Business concern, and $750,000 for Unrestricted contracts.

Any Large Business(s) selected will be required to submit a detailed Small Business Subcontracting Plan (reference FAR 19.7 and FAR Clause 52.219-9) during contract negotiations. The Small Business Subcontracting Plan is not required as part of the response to this sources sought announcement, but one must be approved by the Contracting Officer prior to award of an IDC to any Large Business. Small Business Subcontracting Plan requirements would not apply to Small Businesses (of any type/sub-set). For contracts awarded to any member(s) of the Small Business Community, FAR Clause 52.219-14 тАЬLimitations on SubcontractingтАЭ will apply, which states, in pertinent part, that тАЬAt least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.тАЭ

SUBMISSIONS/RESPONSES

Responses to this Sources Sought Announcement/RFI shall be limited to ten (10) pages in a single PDF document and should include the following information (item numbers (1) through (7) below). Additional pages beyond ten (10) will not be considered; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items.

(1) Firm name, address, point of contact, phone number and e-mail address.

(2) Firm DUNS Number and CAGE Code.

(3) Firm business size in relation to NAICS code 541330 Engineering Services [which has a small business size standard of $15M in annual average gross receipts over the past three (3) years], AS WELL AS TYPE(S) OF SMALL BUSINESS, IF/AS APPLICABLE.

[Items (4) тАУ (7) are generally representative of the primary selection criteria the Government anticipates using for this acquisition, although not guaranteed to be exhaustive for purposes of this market research.]

(4) Experience. Provide three (3) project examples, where experience should have occurred in the last five (5) years. Project examples should demonstrate specialized experience and technical competence to execute the types of projects and activities as indicated in paragraph above titled тАШSCOPE OF REQUIREMENTтАЩ, as well as the following additional relevant items:

a) Experience in horizontal and vertical design of military construction or military operations and maintenance projects;
b) Experience with construction phase services including participation in on-site partnering/pre-construction meetings; review of construction contractorтАЩs submittals for government approval and for information only; participation in site visits and furnishing inspection reports at critical points of construction; participation in start-up and commissioning of systems; attending warranty inspections; participation in lessons-learned sessions; preparation of operations and maintenance support information manuals;
c) Experience in adapting standard design packages;
d) Experience with USACE design guidance, including Unified Facility Criteria documents, engineer technical letters (ETLтАЩs), and other military design criteria documents;
e) Experience with preparing specifications using SpecsIntact software;
f) Experience with preparing cost estimates using Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software;
g) Experience with Department of Defense AT/FP design criteria and construction standards;
h) Experience with life safety and fire protection design of military or civil facilities; and
i) Experience with Sustainable Design or Green Building (LEED) design and construction concepts including energy efficiency, use of recovered materials, waste reduction, and pollution prevention, using the LEED evaluation and certification process.

FOR EACH PROJECT EXAMPLE PROVIDED, include a brief description of the project (scope), dollar value, offerorтАЩs role as a prime contractor or subcontractor, project duration (start/end dates), customer/owner name with point of contact and contact information (phone number and email address) of someone from the customer/owner who can verify the information provided. The Government reserves the right to verify, confirm, follow-up on, etc. information provided with response, as it determines necessary.

(5) Key personnel. Demonstrate professional personnel qualifications sufficient to meet the scope of this requirement, e.g. via a list or table of registered professionals in the key disciplines listed in тАШSCOPE OF REQUIREMENTтАЩ paragraph above.

(6) Capacity to accomplish the work. Demonstrate capability and capacity to perform services on multiple task order awards concurrently. Be specific regarding dollar amounts and ability to meet schedules.

(7) Work management. Discuss/demonstrate items such as team organization, quality control procedures, cost control and coordination of in-house disciplines and subconsultants/subcontractors. Include in this section any Teaming Arrangement, Joint Venture or Mentor-Prot├йg├й information, if/as applicable.
тАФтАФтАФтАФтАФтАФтАУ

Responses to this Sources Sought Announcement are due no later than close of business, Tuesday, 16 January 2018. Email your response to Tyler Hegge at tyler.hegge@usace.army.mil and Andrew Anderson at andrew.r.anderson@usace.army.mil. Other forms of submission (e.g. regular mail, hand-delivered, facsimile) will not be accepted. Personal visits to discuss this announcement will not be allowed. Service providers must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts.

Response Date:
011618

Sol Number:
W9128F-18-S-M006

 

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