Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOURCES SOUGHT

C -- Saudi Arabia AE SATOC - Market Survey Questionnaire

Notice Date
10/16/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W912ER19R0006
 
Archive Date
11/7/2018
 
Point of Contact
Melody L. Varner, , Robert Williams,
 
E-Mail Address
melody.l.varner@usace.army.mil, Robert.E.Williams@usace.army.mil
(melody.l.varner@usace.army.mil, Robert.E.Williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT / MARKET SURVEY QUESTIONNAIRE Solicitation Number: W912ER-19-R-0006 Notice Type: Sources Sought Synopsis: 1. This is a Sources Sought request for information advertisement only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers Transatlantic Middle East District (TAM) is conducting preliminary research to determine the market capabilities (of both large and small firms) to provide Architectural and Engineering (A-E) Services in support of its Kingdom of Saudi Arabia (KSA), Ministry of Defense (MOD), clients. TAM intends to establish a stand-alone Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) specifically to provide A-E services to a Royal Saudi Naval Forces (RSNF) Foreign Military Sales (FMS) Program. TAM's intent is to award one (1) SATOC contract for A-E Services within the country of Saudi Arabia. The contract will include a base year and four option years. The contract will have an expected capacity of $45M; the purpose of this notice is to perform market research in order to determine if any A-E firms are interested in performing work in the proposed area of responsibility. 2. PROJECT INFORMATION AND WORK: The selected firm, in support of TAM, shall perform the Design, and Other Architectural and Engineering in nature service and incidental services in accordance with FAR part 36.601-3 and 36.601-4, specifically for the RSNF FMS Case. The actual work will be done at the Contractor's office, except for trips to the USACE Office(s), the project sites within the KSA, Program Offices in the US and the KSA, or other facilities as required for completion of a task. Task orders issued under this contract will not include positions or efforts that are considered to be inherently governmental, see FAR part 7.5. However, it is the intent of this requirement that the A-E may be called upon to serve as advisors to U.S. Government personnel that are filling such positions. The requirements will support client needs, program, and missions assigned to TAM for the specific Foreign Military Sales (FMS) program only. Primary tasks under the requirements include but are not limited to Military Construction including horizontal and vertical designs, Naval Military port facilities and infrastructure, sea vessel ‘hoteling' utilities, and supporting facilities. 3. DISCIPLINE AND TECHNICAL SUPPORT: Qualified professional disciplines as defined in FAR 36.601-3 to support at all levels of the work described above is a requirement of this effort. Both primary and subordinate work shall include, but are not limited to, the design discipline function codes of Architecture (06), CADD Technician (08), Civil Engineer (12), Communications Engineer (13), Corrosion Engineer (17), Cost Engineer/Estimator (18), Electrical Engineer (21), Environmental Engineer (24), Fire Protection Engineer (25), Foundation/Geotechnical Engineer (27), Hydrographic Surveyor/Engineer (33), Interior Designer (37), Mechanical Engineer (42), Planner (47), Project Manager (48), Sanitary Engineer (52), Scheduler (53), Security Specialist (54), Soils Engineer (55), Specifications Writer (56), Structural Engineer (57), Transportation Engineer (60), and Value Engineer (61). 4. TECHNICAL REQUIREMENTS: The A-E shall be familiar with TAM's operations in terms of automated management review system, computer aided estimates, computerized specifications, computer aided drafting and design systems, TAM's PC software requirements, regulations and standards. Also, the A-E shall be familiar with the KSA design standards, expectations, and culture. 5. SUBMISSION REQUIREMENTS: Responses to this sources sought announcement will be used by the government to make appropriate decisions regarding the acquisition process and requirements. Contractors responding to this Sources Sought must complete the attach Sources Sought/Market Survey Questionnaire and provide an Experience/Capabilities Statement. The Statement shall not exceed five (5) pages, using Arial Font Size 10. Firms should submit these requirements via email no later than 23 Oct 2017 at 1200 EST to: MAJ Melody Varner, melody.l.varner@usarmy.army.mil and Robert Williams, robert.e.williams@usace.army.mil The NAICS code for this requirement is 541330, with a Small Business Size Standard of $15M. THIS IS NOT A REQUEST FOR PROPOSALS. NO OTHER NOTIFICATION TO FIRMS FOR THIS PROJECT WILL BE MADE. 6. RESPONSE REQUIREMENTS: • Experience/Capabilities Statement • Sources Sought/Market Survey Questionnaire (attached) This sources sought is for market research purposes only and is not a "Request for Proposal" (RFP) nor does it restrict the Government's ability to determine the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Cover letters and extraneous materials (brochures, etc.), will not be considered. Contracting Office Address: USACE Transatlantic Middle East District, P.O. Box 2250, Winchester, VA 22604-1450 Place of Performance: USACE Transatlantic Middle East District P.O. Box 2250, Winchester VA 22604-1450 US Primary Point of Contact: Contract Specialist MAJ Melody L. Varner Melody.l.varner@usace.army.mil Secondary Point of Contact: Contracting Officer Robert Williams robert.e.williams@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER19R0006/listing.html)
 
Record
SN05126090-W 20181018/181016230646-c1bd495b5d2d4f2a1493b557b7752972 (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  © 1994-2020, Loren Data Corp.