Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2018 FBO #5998
SOURCES SOUGHT

C -- Civil A&E IDIQ

Notice Date
4/24/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
PANNWD18P0000017140
 
Point of Contact
John Akin, Phone: 8163893577, Willie Hodges, Phone: 8163893469
 
E-Mail Address
john.h.akin@usace.army.mil, willie.e.hodges@usace.army.mil
(john.h.akin@usace.army.mil, willie.e.hodges@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE: a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION/SYNOPSIS FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The U.S. Army Corps of Engineers-Kansas City District has been tasked to provide Indefinite Delivery Type contracts for Civil Works Planning and Design Services. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of the Small Business Community, such as Section 8(a), Historically Underutilized Business Zone (HUB-Zone), Service disabled Veterans, Woman owned, etc to compete and perform an Indefinite Delivery/Indefinite Quantity contract with Firm-Fixed-Price Task Orders for Architect/Engineer work. The associated North American Industry Classification System (NAICS) code is 541310 "Architectural Service" and 541330 "Engineering Service". The small business size standard is $7,500,000.00 and $15,000,000.00, respectively. Sample Scope of Work These contracts are being procured in accordance with the Brooks Act as implemented in Far Subpart 36.6 Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A/E contracts are required to support civil works planning, design, and environmental compliance and may consist of projects for the preparation of project reports, studies, engineering design of plans and specifications for construction, surveying, pre-design, engineering during construction, environmental compliance documents, independent technical review, and other engineering support of civil works projects. The contracts may secondarily be used to support military and hazardous/toxic waste projects. Up to six (6) indefinite delivery contracts (IDCs) will be negotiated and awarded. Up to two (2) contracts will be restricted, and only open to small businesses within pre-determined small business categories. The categories will be determined, in part, based upon the responses to this market research. Up to four (4) contracts will be open to all businesses regardless of size. The total value of all task orders issued to all small business contracts will not exceed $8M. The total value of all task orders issued to all unrestricted contracts will not exceed $36M. The ordering period for each IDC will not exceed five (5) years. This sources sought notice is solely for the Government's use as a market research tool. As such, the issuance of a competitive announcement is NOT guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than May 21, 2018 by 14:00 CST. The response to this notice shall be in summary format and shall not exceed ten (10) pages. All attachments must be provided in either Microsoft Word (.doc) or Adobe Acrobat (.pdf) format. At a minimum, the following must be provided: 1. Company Name 2. Company Mailing Address 3. Point(s) of Contact to include phone and email 4. Company's current small business category (i.e. HubZone, 8(a), woman owned, SDVSB, etc.) 5. A capabilities statement of your firm's capacity to meet this requirement to include any similar projects performed over the last two (2) years If a synopsis is released in connection to this requirement, vendors must be actively registered in the System for Award Management (SAM) database to be eligible for award. Firms can register via the SAM internet site at http://www.sam.gov. For further questions or concerns regarding SAM, please contact SAM assistance at 866-606-8220. Per the direction of FAR 4.5 "Electronic Commerce in Contracting", the Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, response to this announcement shall be sent via email to john.h.akin@usace.army.mil. Responses via FAX or traditional mail will not be accepted. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant synopsis. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NO BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/PANNWD18P0000017140/listing.html)
 
Place of Performance
Address: 601 E 12th St, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN04899062-W 20180426/180424230445-9235f17af6d35c4e2768c0bd5cc4e202 (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.