Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2015 FBO #4897
SOLICITATION NOTICE

C -- Architect-Engineer (AE) Services for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract, W912PM-15-R-0012, for Horizontal Design Services for the US Army Corps of Engineers - Wilmington District and the South Atlantic Division.

Notice Date
4/20/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-15-R-0012
 
Response Due
5/7/2015
 
Archive Date
6/19/2015
 
Point of Contact
Michael Mullen, 910-251-4710
 
E-Mail Address
USACE District, Wilmington
(michael.m.mullen@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: Architect-Engineer (A-E) Services for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract, W912PM-15-R-0012, for Horizontal Design Services to support the US Army Corps of Engineers - Wilmington District and the South Atlantic Division. NOTE: A sources sought for this project was posted as W912PM-15-S-CTW2. This project is the same but an update Solicitation number has been changed to a current format CONTRACT INFORMATION: This procurement is 100% Total Small Business set-aside. The U.S. Army Corps of Engineers - Wilmington District, South Atlantic Division intends to solicit for an IDIQ Contract for Horizontal Design services. It is anticipated that two (2) Contracts will be negotiated and awarded. Each award will be for a one (1) year base period, valued at $1,250,000 and three (3) optional years, valued at $1,250,000 each, for a term not to exceed a total of four (4) years. The Government reserves the right to exercise all optional periods to the full contract amount of $5,000,000 value during the four (4) year life of each contract. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total Indefinite Delivery Contract value not to exceed $5,000,000 over the four (4) year life of the contract. The maximum task order is estimated to be $700,000, IAW FAR 52.216-19 a contractor is not obligated to accept a Single Task Order over the established maximum, however, they may choose to do so. This IDIQ will have a minimum guarantee of $2.5K. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The selected firm(s) will be utilized for work consisting of all types of comprehensive engineering services from concept design through detailed plans and specifications for both civil works and military projects. Civil Works program task orders may include: Preliminary Reconnaissance Phase Studies, Feasibility Report Development, Engineering Design, and Detailed Construction Plans and Specifications. Military program task orders may include: development of concept designs, design analysis and detailed construction plans and specifications for construction of new facilities as well as repair and renovation. Types of projects will include both Inland and Coastal to include: site development, flood damage reduction, coastal protection and beach nourishment, shoreline and stream bank erosion protection, shallow and deep draft navigation, environmental and eco-system habitat restoration, comprehensive watershed evaluations and multipurpose water resources projects. CADD submittals will be required in Microstation and the AEC CADD Standard (.dgn files) along with InRoads surface modeling format (.dtm files). GIS submittals will be required in ESRI ArcGIS ArcView, ArcInfo, ArcSDE/SQL Server, and SDSFIE (Spatial Data Standards for Facilities Infrastructure and Environment). Areas of Hydrologic, Hydraulic, Sediment and Coastal Engineering include the use of all HEC software, standard Hydrology and Hydraulics software. The cost estimates for this project will be required to be prepared utilizing either the most current version of MCACES (MII) estimating software or the most current version of Cost Works estimating software for all Military projects. Work will normally be within the geographic boundaries of the Wilmington District, including but not limited to Fort Bragg, Military Ocean Terminal Sunny Point, and the Cape Fear River, the Atlantic Intracoastal Water Way, the Coastal Regions of North Carolina and the five (5) civil works lakes projects managed by the district. Work in support of other Agencies or other Corps of Engineer Districts, both in and outside of the geographic boundaries of the U.S. Army Corps of Engineers South Atlantic Division (North Carolina, South Carolina, Virginia, Georgia, Florida, Alabama, and Mississippi) may be required. Responding firms must be familiar with USACE requirements and regulations. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 7 May 2015. Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATION: Offerors shall have and maintain an active registration in the following database: System for Award Management (SAM) at http://www.sam.gov to be eligible for a Government contract award. 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. Firms must be evaluated as Most Highly Qualified in order to be selected for a contract. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/32db5325536387bfa78e663cbce6eb63)
 
Place of Performance
Address: USACE District, Wilmington CESAW-CT, 69 Darlington Ave, Wilmington NC
Zip Code: 28403-1343
 
Record
SN03705133-W 20150422/150420235714-32db5325536387bfa78e663cbce6eb63 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.