Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
MODIFICATION

C -- Sources Sought: $49M Indefinite-Delivery, Indefinite-Quantity (IDIQ) General Architect and Engineering (A-E) Contracts in GERMANY, POLAND, and CZECH REPUBLIC

Notice Date
5/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB-17-X-0037
 
Archive Date
5/31/2017
 
Point of Contact
Erica J Taylor,
 
E-Mail Address
Erica.J.Taylor@usace.army.mil
(Erica.J.Taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: TWO $49M Indefinite-Delivery, Indefinite-Quantity (IDIQ) General Architect and Engineering (A-E) Contract in GERMANY, POLAND, CZECH REPUBLIC, and BELGIUM for USACE Europe District THIS ANNOUNCEMENT HAS BEEN UPDATED ON 03 MAY to request that interested parties provide information as to whether they can perform in BELGIUM as well. This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 541330, Engineering Services 3. PLACE OF PERFORMANCE: Germany, Poland and Czech Republic (AND BELGIUM) 4. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding TWO General A-E Services IDIQs to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Total Value of Contract: The contract shall not exceed $49,000,000.00 across the base and all option periods. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP). No one Task Order shall exceed $10,000,000.00. Because the Government anticipates military construction funded projects to be issued against the resultant contract, at least one of the contracts shall be awarded to a United States firms or a joint venture of United States and host nation firms. This is in accordance with DFARS 236.602-70, Restriction on award of overseas architect-engineer contracts to foreign firms, contracts funded by military construction appropriations that are estimated to exceed $500,000 and are to be performed in any NATO country shall be awarded to a United States firms or a joint venture of United States and host nation firms. All firms types are still encouraged to submit capabilities for planning purposes. Performance Period: The contracts will include a base period of three (3) years and two 1-year option periods, for a total contract performance period NTE five (5) years. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe. The Government reserves the right to award an additional contract from the solicitation within one year from the first contract's award date. 5. PROJECT DESCRIPTION: The general scope of work includes, but is not limited to: preparation of design criteria, creation of design-build requests for proposals, architectural engineering designs, specifications, design-related analyses and studies and cost estimates for military facilities. The contracts may also include environmental documentation, permits, special studies, and other environmental activities as required by federal, state and local laws and regulations; feasibility studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-built, and engineering and design during construction. Additionally, support may also include planning services such as comprehensive master plans, installation real property master planning, infrastructure assessments, planning & design charrettes, CAD/GIS mapping, and systems analysis of existing facilities and infrastructure. Also, services may include general commissioning. Also, the A-E services may include construction inspection services, and certification that the construction is in conformance with the design in accordance with host nation requirements. The design requirements shall need to consider US and host nation design codes and standards for Germany, Poland and Czech Republic. Security Requirements: Security requirements will be addressed per Task Order. From time-to-time there will be projects that are of a secure nature. 6. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of A-E Firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 7. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 8. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information: • Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address • Offeror's interest in proposing on the solicitation when it is issued • Offeror's Cage Code and DUNS number. • Offeror's capability to perform a contract of this magnitude and complexity (include offeror's capability to execute A-E services, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples that demonstrate: o capability to work in Germany, Poland, Czech Republic AND BELGIUM (please identify whether the capability is in-house or not) o experience working in Europe, specifically in Germany, Poland and Czech Republic • Offeror's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available Any commercial brochures or currently existing marketing material do not count towards the page limit. Clarifications and or questions shall be submitted in a separate word document or emailed and will not count towards the 5 page limitation. 9. ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD: Should the acquisition proceed, USACE NAU anticipates posting the Request for SF330s in January/February 2018 and award of the contract(s) in July 2018. 10. PREPROPOSAL CONFERENCE: USACE NAU intends to hold a pre-proposal conference for this acquisition in January or February 2018. The Request for SF330s will contain additional information. 11. RESPONSES DUE: All interested contractors should submit responses via email by 13:00 hours Central European Summer Time on 16 May 2017. Submit responses and information to cenau.proposal@usace.army.mil and erica.j.taylor@usace.aramy.mil. No hard copies will be accepted. 12. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contracting Officer Erica Taylor at erica.j.taylor@usace.army.mil. ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-X-0037/listing.html)
 
Record
SN04495232-W 20170505/170503235720-0b3881d7fb13d1c234836970aab10d7e (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.