Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2019 FBO #6279
SOURCES SOUGHT

C -- Architect-Engineering (AE) design and construction Title II services throughout the United Arab Emirates (UAE) in Transatlantic Division, Middle East District (TAM) Area of Responsibility (AOR)

Notice Date
1/30/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Attn: CETAC-PD-CT 201 Prince Frederick Drive Winchester VA 22602-5000
 
ZIP Code
22602-5000
 
Solicitation Number
W912ER19UAESATOC2
 
Response Due
2/11/2019
 
Point of Contact
David Walden, Contract Specialist, Phone 5406653137, - Wilhelmina Booker, Contracting Officer, Phone 5406652614
 
E-Mail Address
David.I.Walden@usace.army.mil, wilhelmina.f.booker@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Title: Architect-Engineering (AE) design and construction Title II services throughout the United Arab Emirates (UAE) in Transatlantic Division, Middle East District (TAM) Area of Responsibility (AOR) THIS IS NOT A SOLICITATION/SYNOPSIS FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. 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. A market survey is being conducted to determine if there are a reasonable number of interested contractors and to determine the availability of potential qualified contractors. This announcement is open to all businesses regardless of size. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business, or Service Disabled Veteran Owned Business and you are interested please respond appropriately. Description: The U.S. Army Corps of Engineers, Transatlantic Division, Middle East District Contracting Division (CETAM-CT) is seeking information regarding capability and availability of potential contractors to perform under an Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract. The proposed IDIQ is to provide A-E services including all phases of design from planning through preparation of final construction documents design, quality control, topographic surveys and geotechnical subsurface investigations, planning and programming documentation, transportation, force protection, infrastructure, Title II design support during construction, and subject matter expert support for all Transatlantic Middle East District (TAM) stakeholders throughout the United Arab Emirates (UAE) in the TAM Area of Responsibility. The design and construction documents will incorporate applicable UFCs, international codes, and local codes within the UAE (design standards, expectations, and culture). Contract duration is 5 years. We will award one (1) A/E contract with a total combined capacity of $111,000,000 over the five year life of the contract (base year plus four option years); NAICS code is 541330. Please note that this contract will not be set-aside to small businesses in accordance with DFARS 219.502-1. All interested offerors should respond to this survey by email on 11 February 2019, 09:00 A.M. Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Descriptions of Experience - Interested construction firms must provide no more than five (5) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project scope, dollar value, percentages and quality of performance. Offeror must demonstrate an ability to concurrently manage multiple projects, at various locations. Example projects must be of similar scope. a. Projects similar in scope to this project include: Full design services to support solicitation of construction contracts for OCONUS requirements associated with Foreign Military Sales (FMS) and U.S. Military Construction (MILCON) programs. Similar projects include multi- use military installations comprised of a minimum of five (5) different facility types from those listed below, plus all associated infrastructure, utilities, planning and programming documents, and land use planning. Facility designs may include, but are not be limited to, the following: Airports including airport lighting and terminals, material & munitions handling and hangers, airfield paving for runways, taxiways and aprons for all types of fixed winged and rotary aircrafts. Barracks, Dormitories; Office Buildings, Dining Halls, Clubs, Restaurants;, Fire Protection; Garages, Vehicle Maintenance Facilities; Warehouses and Depots, Industrial Buildings, Refrigeration Manufacturing Plants; Plants/Systems; Harbors, Jetties, Ship Terminal Facilities; Dredging Studies and Design Infrastructure development to include Highways, Streets, Parking Lots, Power Generation, Transmission Distribution; Irrigation, Drainage; Solid Wastes, Incineration, Landfill; Storm Water Handling and Treatment; Water Supply and Distribution, Sewage Collection, Treatment and Disposal; Modular Systems Design, Pre-fabricated Structures or Components (buildings, structures, facilities, Seismic Design and Studies; Soils and Geologic Studies-Foundations; Work must have been self-performed (or 50% self-performed) to qualify as experience. b. Project Location: Projects could be located in any of the countries that comprise the Gulf Cooperation Council (GCC), as follows: United Arab Emirates Kuwait Qatar Bahrain Oman Saudi Arabia Please identify any limitations or restrictions that your firm has with performing work in any of these countries. c. Based on the information above, for each project submitted, include: 1. Current percentage of complete and the date when it was or will be completed. 2. Scope of the project. 3. The dollar value of the design contract. 4. The percentage of work that was self-performed as project and/or management services or physical type work. 5. Identify the number of subcontractors by trade utilized for each project. 4. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; It must perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Wilhelmina Booker, at wilhelmina.f.booker@usace.army.mil and David Walden at david.i.walden@usace.army.mil. If you have questions please contact Wilhelmina Booker and David Walden. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Classification Code: C -- Architect and engineering services NAICS Code: 541330 -- Engineering Services Is this a Recovery and Reinvestment Act Action?: No NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER19UAESATOC2/listing.html)
 
Place of Performance
Address: Architect-Engineering (AE) design and construction Title II services throughout the United Arab Emirates (UAE) in Transatlantic Division, Middle East District (TAM) Area of Responsibility (AOR)
Country: AE
 
Record
SN05206896-F 20190201/190130230019 (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.