SOURCES SOUGHT
C -- Multi-discipline Architect-Engineer (A/E) Services
- Notice Date
- 11/18/2014
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
- ZIP Code
- 29403-5107
- Solicitation Number
- W912HP-15-S-0003
- Archive Date
- 12/17/2014
- Point of Contact
- Walter Gordon,
- E-Mail Address
-
walter.l.gordon@usace.army.mil
(walter.l.gordon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Announcement No. W912HP-15-S-0003 Single Award Task Order Contract (SATOC) for Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Multi-discipline Architect-Engineer (A/E) Services to support DOD agencies in the SAC Region PURPOSE OF THIS ANNOUNCEMENT: This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interest and capability of potential qualified small business concerns relative to the North American Industry Classification code (NAICS) 541310. The Small Business size standard for this NAICS code is $7.5 million average annual revenue. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. If inadequate responses are received, this solicitation may be issued for full and open competition. INFORMATION ABOUT THE SERVICES TO BE PROCURED: The Charleston District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of 1 and a maximum of 3; multi-discipline Indefinite Delivery Contracts (IDC) to be awarded within a year after selection has been made. This solicitation is to pre-qualify a short list of firms that will be asked to submit price proposals. The Charleston District serves a wide variety of customers, within South Carolina, and throughout the US. These A/E contracts are to provide a wide variety of A/E design services, and will be used primarily for the military construction and the support for others programs, but will also provide services for the civil works program. Charleston District's area of responsibility includes: a. Federal work for various Federal agencies within the State of South Carolina, predominantly for Joint Base Charleston and Ft. Jackson. b. State agencies and municipalities within the state of South Carolina c. Federal agencies throughout the US, including but not limited to, Department of Defense, Defense Logistic Agency DESC, Marine Forces Reserves, 81st USAR and the Department of Veteran's Affairs. The IDC contract is as follows: Multi-discipline A/E firm to support Charleston District customers primarily in the Southeast United States; however, could also be used for any Charleston District customer. This contract would be primarily used for smaller projects. The anticipated contract will provide for a full range of planning, architectural, engineering, program management, and construction management (Title II) support services. Task Orders will be primarily for small projects with a construction value $10 million or less, however as required, larger projects may be executed under this contract. Total contract limit of $9,900,000.00. This contract is being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. See numbered note 24 for general information on the A-E selection process. Firms will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. Contracts awarded as a result of this announcement will be administered by Charleston District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts within the South Atlantic Division. Contracts may be issued up to one year after selection approval. Typically, the contract will be for one basic ordering period and four option periods with a total contract limit of Not to exceed $9,9000,000.00. Work will be issued by negotiated firm-fixed price task orders. Projects to be designed are not yet determined and funds are not presently available. PROJECT INFORMATION: Work may consist of d. Studies, Investigations, and Reports including drawings and sketches, and planning documents. e. Planning services, space use, and repair project planning, with associated planning documents f. Detailed facility assessments g. Preliminary Designs and Charrettes, including Project Definition Code 3 Design with Parametric Estimating h.Design packages, including but not limited to, Interim Design (30% and 60% levels), Final Design and Corrected Final Design, as defined in each individual Task Order. i. Specifications j. Design Analysis k. Design Calculations l. Interior Design services and submittals, including color boards, binders, SID and CID m. Request for Proposals (RFP's) for Design-Build and Design-Bid-Build projects. n. Cost Estimates and quantity surveys in the format and detail required in each individual Task Order. o. Life Cycle Cost Analysis p. Value Engineering studies, recommendations and conferences q. Design reviews, including District Quality Control (DQC), Agency Technical Review (ATR), and Independent External Pier Review (IEPR) and design review conferences r. Energy Modeling and Energy Audits s. LEED documentation and submittals t. Photogrammetric mapping and aerial photo services. u. Subsurface investigations and foundation analyses. v. Surveying, including topographic (both traditional methods and GPS), GIS, boundary, and construction staking. w. Permits x. Utilization of Government designs, drawings, specifications, and standards for buildings and other structures as necessary to meet the requirements of the proposed project. y. Construction phase services Submittal requirements will be defined in each task order. Due to the variety of customers being served by these contracts, the submittal requirements will vary. Typically, all customers follow the AEC CAD standard; however, the software used to develop the submittals may be different. The CESAC PM will provide direction as to which software package and version is to be used (or saved back to) on each task order. The A/E shall be prepared to provide submittals using the following commercially available software. CAD drawings will be developed using MicroStation, AutoCAD or BIM CADD technology. Specifications will be developed using SPECSINTACT or Microsoft Word software for contract specifications. MCACES software will be used for cost estimates. Responses to Government review comments will be provided on the Corps of Engineers Design Review and Checking System (DrChecks). Further details will be provided in the solicitation when it is posted. REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT (1) Your firm's intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number OR a copy of your entity record on SAM.gov. (4) Size of firm (large or small), to include category of small business if applicable, such as 8(a), HUBZONE, orSDVOSB. (5) Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in delivering similar requirements, for which your firm was the prime contractor. The SOC should be no more than two (2) pages in length and identify the types of projects, the services which were provided, and any special challenges encountered and innovations delivered as a result. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. WHEN / WHERE TO SUBMIT RESPONSES Submit responses via email to Mr. Walter Gordon, Jr, Contract Specialist, at walter.l.gordon@usace.army.mil. Responses will be accepted for approximately two weeks following the posting of this announcement. For the exact deadline, see the response date on the announcement page. Late responses may be considered, however interested parties are advised that an acquisition strategy decision will be approved ASAP after the deadline, and as such the Government reserves the right to disregard late responses. PLANNED SOLICITATION: A pre-solicitation announcement will follow this market survey, and the solicitation will follow after that, no sooner than 15 days later. Currently it is estimated that the formal solicitation could occur anytime before January 31, 2015. The solicitation will be a Request for Proposals (RFP) in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. Proposals will be due no less than 30 days from the solicitation date and firms will be selected for negotiations based on demonstrated competence for the required work. The solicitation and any subsequent amendments will be posted to FedBizOpps (FBO) at www.fbo.gov. The solicitation documents will only be made available in electronic format, downloadable from FBO. No CD-ROMs or hardcopy documents will be distributed. Interested parties must be registered in FedBizOpps and the System for Award Management (SAM) at www.sam.gov in order to view or download the solicitation documents. It is the responsibility of the interested parties to appropriately register SAM & FBO and to monitor for notices, amendments, etc. Prospective Offerors are advised, to be eligible for award of the contract resulting from this solicitation requires an active SAM registration, to include satisfactory completion of the applicable online representation & certifications. PLANNED CONTRACT INFORMATION: The intent is to award a Single Award Task Order Contract (SATOC), consisting of an Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Firm Fixed Priced (FFP) services. The planned duration for this contract is a total of five years, consisting of a one year base ordering period plus four options for ordering periods of one year each. The anticipated capacity of the resulting SATOC not to exceed is $9.9M (total combined capacity). Task Orders will be issued as needed. Contracts awarded as a result of this announcement will be administered by Charleston District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts within the South Atlantic Division.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f5fdce5e0e622e94e581385728037492)
- Record
- SN03576165-W 20141120/141118234905-f5fdce5e0e622e94e581385728037492 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |