Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOURCES SOUGHT

C -- Architect - Engineer (A-E) Construction Phase Services (CPS) In Support of the US Army Corps of Engineers Fort Worth District and Southwestern Division for Military Programs and Civil Works Programs

Notice Date
4/28/2020 8:49:09 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G20R0099
 
Response Due
5/28/2020 8:00:00 AM
 
Archive Date
06/12/2020
 
Point of Contact
Daina R. Black, Phone: 8178861031, Patricia A. Jackson, Phone: 8178861054, Fax: 8178861043
 
E-Mail Address
daina.r.black@usace.army.mil, patricia.a.jackson3@usace.army.mil
(daina.r.black@usace.army.mil, patricia.a.jackson3@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS for Architect - Engineer (A-E) Construction Phase Services (CPS) Support In Support of the US Army Corps of Engineers Fort Worth District and Southwestern Division for Military Programs and Civil Works Programs 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, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the Sources Sought or resulting market research. The U.S. Army Corps of Engineers, Fort Worth District has a requirement for Architect-Engineer (A-E) services to provide technical support and quality assurance services support for construction projects on military funded and civil works funded type projects. The proposed acquisition is anticipated to be a firm-fixed price Multiple Award Task Order Contract (MATOC) Indefinite Delivery Contract (IDC) sharing capacity. 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, Small Disadvantaged Business (SDB) which includes the Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. The Government is seeking qualified, experienced firms for Architect-Engineer Construction Phase Services (CPS) support in accordance with Public Law 92-582, the selection of Architects and Engineers statute (formally known as the Brooks Act) and Federal Acquisition Regulation (FAR) Part 36.6. Required services include, but is not limited to, construction administration support, quality assurance inspection and preparing reports, attending weekly QA/QC meetings, review of contract documents, shop drawings and submittals, review of schedules and quality control plans, review and reporting of construction contractor claims. Professional disciplines for these services may include, but is not limited to, licensed architects/registered engineers, fire protection engineers, program managers, project managers, quality assurance reps, construction schedulers and cost estimators. The location of services is determined on a task order basis. Services are anticipated to be primarily located within the SWF geographic area of responsibility (AOR) of TX, LA and NM; however, some projects related to both military and civil works programs may be located within the SWD boundaries associated with the Galveston (SWG), Tulsa (SWT) and Little Rock (SWL) Army Corps of Engineers Districts, which includes the states of AR and OK. The MATOC total pool requirement supporting military and civil works construction projects is currently estimated to share approximately $175M. The contract period of performance is to be determined, but will likely be a base period, not-to-exceed (NTE) one (1) year and four (4) one-year option periods for a total contract performance period NTE five (5) years. The estimated minimum size of a task order is $250,000 and the estimated maximum size of a task order is $5M. The average task order value is estimated to be around $700,000. Firms must have the ability to perform up to three (3) task orders concurrently throughout the SWD regional area, which includes the states of TX, OK, NM, and LA. All Small Business, SDB & 8(a), SDVOSB, WOSB and HUBZone firms are encouraged to participate. The result of the sources sought will influence the number of firms and the type of set-aside decision to be issued. The North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services, which has a small business size standard of $16.5 Million. Small Business firms are reminded under FAR 52.219-14 (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Basis of Award: Award will be based on selection of the most highly qualified firms in accordance with Brook Act procedures and FAR Part 36.6. Anticipated A-E synopsis issuance date is on or about August 2020. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities https://beta.SAM.gov. Firms are encouraged to register electronically to receive a copy of the official synopsis when issued. Firm�s response to this Sources Sought Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute A-E services-comparable work performed within the past 5 years). Provide a brief description of the project, customer name, timeliness of performance, and dollar value of the project) and submit at least 3 examples. 4.� Firm�s Business Size � LB, SB, SDB & 8(a), HUBZone, SDVOSB, and WOSB 5.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. 6. Provide the largest task order value the firm can perform for a single task order award. 7. Can the firm perform on three concurrent task orders if they are located in any combination of the states of TX, OK, NM and LA? 8. Is the firm interested in proposing on the solicitation if the contract period of performance had a base period NTE three (3) years and two (2) two-year option periods for a total contract performance period NTE seven (7) years? Interested Firms shall respond to this Sources Sought Synopsis no later than May 28, 2020 at 10am CST. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of a Government contracts ((www.sam.gov). Email is the preferred method when receiving responses to the synopsis. No hardcopy or facsimile submissions will be accepted. Email your responses to CESWF-CT-PreawardProposal@usace.army.mil. Primary Point of Contact: Daina R. Black, Contract Specialist Daina.R.Black@usace.army.mil 817-886-1031 Secondary Point of Contact: Patricia Jackson Contracting Officer Patricia.A.Jackson3@usace.army.mil 817-886-1054
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f8723d587b4548fe949d4626373524bd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05638623-F 20200430/200428230150 (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.