Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOURCES SOUGHT

C -- New Indefinite Delivery / Indefinite Quantity Contract (s) for Architect/Engineering Services for Quality Assurance/Peer Reviews

Notice Date
12/20/2019 9:58:42 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20RQAPR
 
Response Due
1/10/2020 7:00:00 AM
 
Archive Date
01/25/2020
 
Point of Contact
Joshua Westgate, Phone: 5023156207
 
E-Mail Address
joshua.k.westgate@usace.army.mil
(joshua.k.westgate@usace.army.mil)
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, and Service Disabled Veteran Owned Small Businesses. The U.S. Army Corps of Engineers, Louisville District Contracting Division is seeking information regarding capability and availability of potential contractors to perform a variety of Architect-Engineer services primarily to perform independent quality assurance reviews of designs prepared by other Architect-Engineer firms for compliance to DoD and other Federal design law, policy and guidance. Projects outside the primary mission area and for other missions may be added at the Government's discretion upon agreement of the A-E firm. The intent is to award a minimum of four (4) Indefinite Delivery Indefinite Quantity (IDIQ) contracts with a single five (5) year base. The contracts will have a shared capacity of $15,000,000.00 over the life of the contracts. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 541330, Engineering Services.. The Small Business Size Standard is $16,500,000.00. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 10 January 2020 by 10:00 AM Eastern Time. Once selected, the following factors will be used in deciding which selected firm will be utilized for firm-fixed price task orders: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Knowledge of the locality of the project; (6) Other appropriate evaluation criteria specific to the task order requirement. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The selected offerors will be solely responsible for the quality and completeness of reviews required by each individual task order on the contract.� Projects may consist of reviews of planning, design, and related products for military and other customers of USACE Louisville District.� Project task orders under this contract may include review of facility designs for new construction, partial renovation or full renovation of some or all of the following types of building structures: Army Reserve training centers (which include administration, education, assembly, storage, special training and other support spaces); vehicle maintenance shops (which include work bays, administration, special training, storage and support spaces); stand-alone buildings (which include administration facilities, unheated storage, and direct support/general support warehouses); research laboratories; intelligence production complexes; command and control facilities; airfields; airfield operations facilities; training ranges; other facilities unique to military installations; clinics and medical facilities for the military and Department of Veterans Affairs; and other federal facilities. It is anticipated that A/E services as a part of this requirement may consist of QA review, peer review, or forensic reviews of: Construction solicitations for design-bid-build (complete design) projects and design build RFP�s (request for proposal); Concept level designs and engineering feasibility studies; Military master planning; Site investigation/assessment of existing conditions; Value engineering services; Engineering services during construction (shop drawing review, site inspection, etc); Design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; LEED Certification, sustainable design; Construction cost estimates and schedules; Technical studies/analysis in support of design for new construction and renovation; Comprehensive planning that is related to future construction requirements on military installations; coordination and attainment of local, state and federal permits; Support and coordination in the development of utility agreements; and utility investigations. Responses to this notice shall include: Offeror's name, address(es), point of contact, phone number, and e-mail address. � Offeror's capability based on the specialized experience and technical competencies below. � Design of military construction projects per Unified Facilities Criteria (UFC), the Unified Facilities Guide Specifications (UFGS) and other applicable Military and Federal design and construction criteria � Use and understanding of Design/Build project design methodology per Engineering Reregulation ER-1180-1-9 and the Louisville District Military Design Guide to include the Army Reserve Design Process and Submittal Requirements � Use and understanding of USACE Life-safety Review procedures per the Louisville District Design Guide to include the Fire Protection/Life Safety/Accessibility Code Review Checklist � Use and understanding of UFC 1-200-02, UFC 3-210-10, sustainable design and low impact development � Use and understanding of UFC 3-410-01 and HVAC design for military construction projects � Use and understanding of UFC 3-600-01 and fire protection design for military construction projects � Use and understanding of UFC 4-010-01 and design of anti-terrorism and force protection measures � Use and understanding of UFC 4-171-05 and design of Army Reserve Facilities � Use and understanding of AFRCH32-1001 Air Force Reserve Command Standard Facility Requirements � Use and understanding of Intelligence Community Directive (ICD) Number� 705 and design of secure areas/facilities � Use and understanding of the Louisville District Design Military Guide to include the Army Reserve Design Process and Submittal Requirements � Use and understanding of UFGS specs, SpecsIntact and Louisville District specific specifications � Experience with CyberSecurity and Risk Management Framework (RMF) Process � Forensic testing and analysis for mold and mold mitigation (Environmental) � Forensic inspection and analysis of design and construction deficiencies identified during construction � Ability to review design features unique to localities nation-wide (like soil characteristics, seismic requirements, climate factors, etc.) � Use and understanding of the ProjNet suite of online systems to include DrChecks and Bidder Inquiry � Offeror's Personnel to be utilized for Technical Reviewers/Quality Assurance Reviewers/Peer Reviews. These personnel must possess the certifications and registrations listed below and must have experience in the listed role for the amount of time below as a registered professional.� � Review Project Manager, Registered Architect or Professional Engineer, 5 Years Indicate years of experience leading multidisciplinary teams (Architect, Civil/Site, Mechanical, Electrical, Plumbing and Structural) in vertical construction projects. � Architect Design Reviewer, Registered Architect, 15 Years � Architect Design Reviewer, Registered Architect, 5 Years Civil Engineer Design Reviewer, Registered Professional Engineer, 15 Years � Civil Engineer Design Reviewer, Registered Professional Engineer, 5 Years � Structural Engineer Design Reviewer, Registered Professional Engineer, 15 Years � Structural Engineer Design Reviewer, Registered Professional Engineer, 5 Years � Mechanical Engineer Design Reviewer, Registered Professional Engineer, 15 Years � Mechanical Engineer Design Reviewer, Registered Professional Engineer, 5 Years � Electrical Engineer Design Reviewer, Registered Professional Engineer, 15 Years � Electrical Engineer Design Reviewer, Registered Professional Engineer, 5 Years � Geotechnical Engineer Design Reviewer, Registered Professional Engineer, 15 Years � Geotechnical Engineer Design Reviewer, Registered Professional Engineer, 5 Years � Interior Design Reviewer, Registered Interior Designer, 10 years � Environmental Engineer Design Reviewer, No certification required, 10 years Include experience related to analysis of mold surveys and mold mitigations plan. � Communication Distribution Design Reviewer, Registered Communications Distributions Designer, 10 years � Landscape Architecture Design Reviewer, Registered Landscape Architect, 10 years � Fire Protection Design Reviewer, Registered Fire Protection Engineer, 15 years � Fire Protection Design Reviewer, Registered Fire Protection Engineer, 5 years � Commissioning Reviewer, 10 years a NEBB qualified Systems Commissioning Administrator (SCA);� ACG Certified Commissioning Authority (CxA); ICB/TABB Certified Commissioning Supervisor; BCA Certified Commissioning Professional (CCP); AEE Certified Building Commissioning Professional (CBCP); University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP) � NOTE: Total submittal package shall be no longer than 25 pages, no smaller than 11 font. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Josh Westgate at Joshua.K.Westgate@usace.army.mil. 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. ************************************************************************** All contractors must be registered in the System for Award Management (www.SAM.gov) to do work with the government. An active SAM registration isn't required to submit on this market survey. Those not currently registered can obtain registration by going to the website http://www.SAM.gov and are highly encouraged to begin the registration process. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. PLEASE NOTE: SAM is completely free of charge for both registrants and users. An active SAM registration is not required to submit on the market survey. Interested Offerors shall respond to this Sources Sought Synopsis no later 10 January 2020 by 10:00 AM Eastern time. ALL RESPONSES MUST BE EMAILED to Josh Westgate, Contract Specialist at: Joshua.K.Westgate@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. All interested sources must respond to future solicitation announcements separately from the responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36e16f643c31453c954b471a07e198bd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05522792-F 20191222/191220230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.