SOURCES SOUGHT
C -- IDIQ AE COS
- Notice Date
- 9/2/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-16-R-0146
- Archive Date
- 9/16/2016
- Point of Contact
- Daina R. Black, Phone: 817/886/1031, June Wohlbach, Phone: 817/886-1069
- E-Mail Address
-
daina.r.black@usace.army.mil, june.wohlbach@usace.army.mil
(daina.r.black@usace.army.mil, june.wohlbach@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS FOR Indefinite Delivery Contract for Multidisciplinary Architect-Engineer Design Contracts in Support of US Army Corps of Engineers Nationwide - Standardization and Sustainability Branch (SSB) W9126G-16-R-0146 This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Fort Worth District has been tasked to solicit for award of a contract to provide general design services. Proposed procurements will be approximately three (3) firm-fixed price Indefinite Delivery Contracts (IDCs). The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman-Owned Small Business (WOSB) and Economically Disadvantaged Woman-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. 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: https://mrsi.erdc.dren.mil/cos/swf/ It is anticipated that there will be multiple pools such as unrestricted and authorized set-asides. All AE's are highly encouraged to participate. The cumulative identified need is for AE Services totaling $35M; however, it is anticipated that task orders will not exceed the range of $50k-$5M for all base contracts valued at $20M or less. For base contracts over $20M it is anticipated that the task orders will not exceed the range of $50k-$8M. Firms must have the ability to perform up to 3 task orders simultaneously. This will support the COS in fiscal years FY17, FY18, FY19, FY20 & FY21. The ordering period is expected to be 5 years. 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 Army's 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, janitor's 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, 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 soldier's 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. Services may include but not be limited to: Architectural-Engineer(A-E) design services, design/submittal review, pre-design site assessment, feasibility and concept studies, space planning and programming, design concepts/standards, cost estimates, value engineering, life cycle costing, topographic surveys, soil borings and analysis, soils engineering, environmental studies and review. 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. The Government is requesting that members of Industry interested furnish the following information: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Business Community member-large business, small business (SB), Section 8(a), HUB-Zone, SDVOSB, WOSB, and EDWOSB under the North American Industry Classification System (NAICS) code 541330, which contains a size standard of $15,000,000. Interested contractors shall submit a brief statement of qualifications (not to exceed five (5) pages). The statement of qualifications shall include: 1. Identify firm's interest in submitting a proposal. 2. Provide three examples of comparable work performed within the past 5 years of firm's capability to perform on contracts of this magnitude and scope on which firm was the prime designer. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. 3. Identify firm's type of business and business size. 4. Identify any firm's limitations to where the work will be performed 5. Identify intent to team, and, if possible, the anticipated teaming arrangement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The anticipated synopsis issue date is on or about 1 November, 2016. Selection will use Brooks Act procedures. All submittals received will be reviewed for informational purposes. SWF reserves the right to independently verify all information submitted. Under FAR 52.219-14, limitations on subcontracting, the prime contractor must perform at least 50% of the cost of the contract incurred for personnel by employees of the concern. Existing and potential Joint Ventures, Mentor Protégée, and teaming arrangements are acceptable and encouraged. Submittals may be made individually or a prospective team. All interested firms must be registered in SAM to be eligible for award of Government contracts. E-mail submittals to CESWF-CT-PreawardProposal@usace.army.mil and june.wohlbach@usace.army.mil. Submittals are requested by 15Sep16 (2:00 PM CDST) Telephone responses and inquires will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-16-R-0146/listing.html)
- Place of Performance
- Address: Indefinite Delivery Contract for Multidisciplinary Architect-Engineer Design Contracts in Support of US Army Corps of Engineers Nationwide, United States
- Record
- SN04254500-W 20160904/160902235506-0246a7ec69cf35891cb2402745a04894 (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 |