Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2017 FBO #5523
SOURCES SOUGHT

C -- A-E IDIQ - Multi-Discipline

Notice Date
1/4/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-17-R-0017
 
Archive Date
2/3/2017
 
Point of Contact
Jamie Sachette, , Dustin Smith,
 
E-Mail Address
jamie.m.sachette@usace.army.mil, dustin.j.smith@usace.army.mil
(jamie.m.sachette@usace.army.mil, dustin.j.smith@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
I. SYNOPSIS: a. This is a Sources Sought Synopsis announcement under W912DW-17-R-0017 for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a Request for Proposal (RFP) and no contract shall be awarded from 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. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested U.S. Architecture-Engineering (A-E) firms who have the demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. c. The proposed work to be performed under the following North American Industry Classification (NAICS) code: 541330 for Engineering Services. d. The U.S. Army Corps of Engineers, Seattle District (NWS), Special Projects Branch Joint Base Lewis-McChord, WA 98433 anticipates soliciting and awarding three (3) to five (5) multiple award Indefinite Delivery Contracts for A-E task order contract with a three (3) year base period with two (2) one year option periods. Shared capacity between all the awarded Indefinite Delivery Contract for A-E is estimated at $30,000,000.00. Each contract will be awarded the estimated $30,000,000.00 for contract administration purposes; however, this does not infer that the Offeror will be awarded $30,000,000.00 in work as this is only the estimated programmatic capacity. The offeror shall complete all work and services under this contract within the period of time specified in task orders. e. Overview of Project: The Seattle District Corps of Engineers plans to procure A-E Services in accordance with FAR Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A E services required for the contract include full multi-discipline and abbreviated design services for renovation, repair and minor construction projects, as well as to provide construction support services, primarily for projects at Joint Base Lewis-McCord and its sub-installations. The contract will be primarily for work for Joint Base Lewis-McChord, Washington. A specific scope of work and services required will be issued with each task order. Specialized knowledge, expertise and past experience that would significantly benefit customers of the Seattle District (NWS), Special Projects Branch Joint Base Lewis-McChord, WA is preferred. The selected Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contracts will be the result of this notice. The contract period of performance for all contracts will be for one three (3) year base period with two (2) one year option periods. Shared capacity between all the awarded Indefinite Delivery Contract for A-E is estimated at $30,000,000.00. Exercise of options is at the Government's discretion. The minimum guarantee for the contract will be two thousand-five hundred ($2,500.00). North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $15,000,000.00 in average annual receipts. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken the last 3 fiscal years, does not exceed $15,000,000.00. For more information concerning NAICS and a SBA size standards, go to http://www.sba.gov. 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 Labor Standards formally known as Service Contract Act, as determined relative to the employee's office location (not the location of the work). Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. To be eligible for contract award, a firm must be registered in the US Government System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov Joint ventures must have its own CAGE code and be registered in SAM as a joint venture. Offerors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. If a large business is selected for the unrestricted full and open contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. f. Description of Project: The purpose of this contract is to provide all A-E and related services necessary to perform various surveys, which include, but are not limited to: • Performance of civil, structural, electrical, mechanical, environmental, fire protection, architectural and interior design, sustainable design and cost engineering services for projects located in Washington, Oregon, Idaho and/or Montana (include specific experience with projects at Joint Base Lewis-McChord, WA, if available) • Capability to support multiple ongoing multi-discipline design and engineering projects (preferably up to five ongoing projects at any given time) • Specialized experience and technical competence of the firm in performing multi-discipline design and engineering services • Professional qualifications of the firm's staff and consultants that would likely be assigned to this potential contract • Experience with LEED design certification II. REQUIREMENT: a. Offerors response to this Sources Sought shall be limited to ONLY 5 pages and shall as a minimum include the following information: • Offerors name, addresses, point of contact, phone number, e-mail address and small business size status. Offerors interest in bidding on the solicitation when it is issued. • Offerors capability to meet project requirements. • Offerors' Statement of Capability to perform a contract of this magnitude and complexity. Your firm shall identify whether the work was independently completed as a prime contractor or affiliated with another contract (joint venture or as a subcontractor.) If your role was as a subcontractor, describe the design services your company provided. For each project listed, please provide a brief description of the project, customer name, date of performance, and dollar value of the project. Offerors' should provide at least 5 examples. (Specific experience with projects at Joint Base Lewis-McChord, WA, if available) • Offerors SHALL NOT submit a SF330 in response to this Sources Sought Announcement. • Offerors providing interest should be within 50 mile radius of Joint Base Lewis-McChord, Tacoma 98433 WA. b. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized in FedBizOpps only, the FedBizOpps link is www.fbo.gov. c. Interested offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 2:00 pm (PST) 19 January 2017, Pacific Standard Time. All interested offerors must be registered in SAM to be eligible for award of Government contracts. Email responses to: Mrs. Jamie M. Sachette, Contract Specialist, CENWS-CT-D, Seattle District, Special Projects Branch Email address: jamie.m.sachette@usace.army.mil Email will be the only method when receiving responses to this Sources Sought/Synopsis. **PLEASE NOTE: NO PHONE CALLS WILL BE ACCEPTED, ALL QUESTIONS MUST BE IN THE FORM OF EMAIL WITH SHOWING THE W912DW-17-R------- AND SUBJECT OF THE EMAIL AS "SOURCES SOUGHT FOR A&E SERVICES, JBLM, WA** d. Contracting Office Address: US Army Corps of Engineers, Seattle District, Special Projects Branch Bldg 2015, N. 4th Street and Pendleton, Rm 339 (J.Sachette/D.Smith), JBLM, WA 98433-9500 ** PLEASE NOTE: USPS DOES NOT DELIVER TO THE ABOVE ADDRESS** e. Point of Contact(s): Primary Contract Specialist: Jamie Sachette, e-mail: jamie.m.sachette@usace.army.mil Alternate Contract Specialist: Dustin Smith, e-mail: dustin.j.smith@usace.army.mil Contracting Officer POC: Elke Neal, e-mail: elke.h.neal@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-17-R-0017/listing.html)
 
Record
SN04363694-W 20170106/170104235055-48c266524893e0bd135c0b362da17be7 (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.