Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOURCES SOUGHT

C -- INDEFINITE DELIVERY, INDEFINITE-QUANITITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR COMMISSIONING AUTHORITY (CxA) ARCHITECT-ENGINEER SERVICES FOR THE ALBUQUERQUE DISTRICT, U.S. ARMY CORPS OF ENGINEERS

Notice Date
4/16/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP18R0013
 
Archive Date
5/15/2018
 
Point of Contact
Karen Irving, Phone: 505-342-3356
 
E-Mail Address
karen.k.irving@usace.army.mil
(karen.k.irving@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For W912PP18R0013 INDEFINITE DELIVERY, INDEFINITE-QUANITITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR COMMISSIONING AUTHORITY (CxA) ARCHITECT-ENGINEER SERVICES FOR THE ALBUQUERQUE DISTRICT, U.S. ARMY CORPS OF ENGINEERS This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL 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. The U.S. Army Corps of Engineers - Albuquerque District has been tasked to solicit for and award up to two (2) IDIQ contracts for Commissioning Authority (CxA) services, sustainable engineering services, and U.S. Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) Accredited Professional services, for a period of one year with four one-year options. USACE is seeking qualified, experienced sources capable of performing this requirement. Professional services under this contract will primarily consist of CxA services, sustainable engineering support services, LEED Project Administrator services, and support services for third-party certification of High Performance and Sustainable Building Guiding Principles compliance for new construction and major renovation projects in support of Department of Defense (DoD), National Nuclear Security Administration (NNSA), Department of Veterans Affairs (DVA), Department of Homeland Security-Customs & Border Protection (DHS-CBP) and other projects within the South Pacific Division boundaries, which includes California, Nevada, Utah, Arizona, New Mexico, southern Colorado, and southwest Texas. Work may include, but is not limited to: Assisting USACE with establishing the owner's project requirements, which describes in sustainable goals with an emphasis on achieving net zero energy use; review of design documents; development of commissioning plans; commissioning of facilities and systems; preparation of reports; and development of electronic system manuals. Work may include sustainable engineering services, such as evaluating proposed designs and identifying synergies to reduce energy consumption, or defining benchmarks using energy modeling that may be used to define or evaluate achievement of the energy goals. LEED Project Administrator duties may include coordination and management of documentation processes necessary for certification and compliance with the federal sustainability requirements, facilitate the integration of sustainability into the planning, design and construction process and providing technical assistance relating to aspects of high performance buildings. Support services for third-party certification of High Performance and Sustainable Building Guiding Principles compliance may include coordination and management of the documentation process necessary for third-party certification by the USGBC or Green Building Initiative (GBI); facilitate integration of sustainability into the planning, design and construction process; and provide technical assistance relating to aspects of high performance and sustainable buildings. A successful firm may be utilized for complete projects or in support of in-house efforts. Services will primarily consist of the items listed under Minimum Capabilities Item 1 below. This contract will be solicited and awarded in accordance with FAR Part 36 and the Brooks Act (Public Law 92-582). The type of set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The anticipated range of task orders off of this contract is between $20,000 and $500,000, with the total amount of the contract not to exceed $9,500,000. Minimum capabilities required for this IDIQ contract include: 1) A/E project experience with total building commissioning services for: medical facilities; administrative offices; family housing/dormitory projects; aircraft support facilities; aircraft hangers; vehicle maintenance facilities; building additions/alterations projects; NNSA and DHS-CBP facilities, and R&D facilities. 2) A/E project experience with sustainability design integration and sustainability design reviews, documentation processes necessary for certification and compliance with the federal sustainability requirements, support services for third-party certification of High Performance and Sustainable Building Guiding Principles compliance, documentation process necessary for third-party certification by the USGBC or Green Building Initiative (GBI). 3) A/E Key Personnel experience: The Project Manager must have experience managing Corps of Engineers design projects associated with Air Force, VA, NNSA, and DHS-CBP. 4) A/E demonstrated capability to accomplish multiple concurrent task orders. The North American Industry Classification System code for this procurement is 541330 which has a small business size standard of $ 15 Million. The Federal Supply Code is C211. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees for general services-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 20 May 2018, and the estimated proposal due date will be on or about 19 June 2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's experience on A-E projects of similar magnitude that include the planning studies listed in this Sources Sought Notice (include firm's capability to execute comparable work performed within the past 5 years: 5a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 3. Firm's experience with the five (5) listed minimum capabilities included in this Sources Sought Notice 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, EDWOSB 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable Interested Firm's shall respond to this Sources Sought Synopsis no later than 30 Apr 2018, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail or email your response to Karen Irving, U.S. Army Corps of Engineers, Albuquerque District, 4101 Jefferson Plaza NE, Albuquerque, NM 87109. Responses can be emailed to karen.k.irving@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. 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. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP18R0013/listing.html)
 
Place of Performance
Address: USACE - Albuquerque District, United States
 
Record
SN04890314-W 20180418/180416230704-6accf60e05cef7e1912b799889990a0d (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.