Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 25, 2022 SAM #7665
SOURCES SOUGHT

C -- DoDEA AE IDIQ

Notice Date
11/23/2022 8:33:05 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123622S4003
 
Response Due
12/2/2022 2:00:00 PM
 
Archive Date
02/10/2023
 
Point of Contact
Axel Doody, Phone: 757-201-7712, Brady Hales, Phone: 757-201-7155
 
E-Mail Address
Axel.F.Doody@usace.army.mil, brady.l.hales@usace.army.mil
(Axel.F.Doody@usace.army.mil, brady.l.hales@usace.army.mil)
 
Description
SOURCES SOUGHT W91236-22-S-4003 Revision 2 MULTI-DISCIPLINE ARCHITECT-ENGINEERING INDEFINITE-DELIVERY CONTRACT TO SUPPORT THE DEPARTMENT OF DEFENSE EDUCATION ACTIVITY (DoDEA) DESIGN CENTER PROGRAM THIS IS A SOURCES SOUGHT NOTICE ONLY; IT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� PROJECT DESCRIPTION The U.S. Army Corps of Engineers (USACE) is conducting additional Market Research to identify potential sources for award of Multi-Discipline Architect-Engineering (A-E) Indefinite-Delivery, Multiple Award Task Order Contracts (MATOC) to support USACE - Norfolk District, and other Department of Defense (DoD) commands directly supporting the DoDEA Design Center Program. The purpose of these A-E contracts is to allow for increased capacity to meet the expected demands of this new program in the upcoming fiscal years.� This is a follow on source sought in addition to market research conducted on 13 April 2022. Based on previous market research efforts and engagements with industry, NAO intends to advertise this procurement as full and open unrestricted procurement. If your firm has a capability to demonstrate services required by this acquisition, you are requested to submit a response in accordance with the requirements set forth in this notice. � SCOPE OF SERVICES: The requested A-E services include, but are not limited to planning, programming, feasibility studies, geotechnical investigations, topographic or boundary surveys, permitting, charrettes, master planning, engineering studies, design services, estimating, surveying, site/field investigation, CADD & BIM drawing and document preparation and review, design review, operability and maintenance review of designs, construction management services, commissioning, studies, and preparation of Requests for Proposals (RFPs) for Design-Build Projects and reports. Each DoDEA school has a unique set of requirements that must consider the DoDEA 21st Century concepts, the DoDEA Facility Education Specifications, local school district program requirements, respective installation design guide criteria/requirements, executing construction agent's design guide criteria/requirements, and the geographic location while transforming the structure and physical environment into a teaching tool. The A-E services will also include, but are not limited to, such areas as facility maintenance, repair, remodeling, renovation, or demolition; infrastructure; interior fit-up; modernization; new construction; physical security and counter terrorism (including weapons of mass destruction); force protection; fire protection; and communications. All work will be performed by or under the direct supervision of licensed professional Architects or Engineers.� The work required extends beyond a single project effort in that it involves the planning, design, scheduling, management, coordinating, investigating, and CADD & BIM support for a fluctuating flow of simultaneous, though unrelated, delivery orders. Therefore, the Contractor will be required to respond rapidly to Government requirements with outstanding professionalism and top-quality craftsmanship, without compromising professional standards, current mission requirements, and end user readiness.� In general terms, the proposed contracts will consist of preparing construction RFP packages for either Design-Bid�Build or Design-Build projects in support of the DoDEA�s OCONUS MILCON and CONUS SRM programs depending on the individual Task Order requirements.� The Selected firms will be responsible for checking calculations, drawings, details, notes, and other work products to verify the design intent, technical adequacy, and other work projects depending on the individual Task Order requirements.� Refer to the Enclosure 1 for a full details of expected services required under this contract. GENERAL: The new acquisition will result in an award of approximately four (4) Indefinite-Delivery, Indefinite-Quantity, (IDIQ) A-E contracts with a total shared estimated capacity of $80M shared among the selected firms. Each contract will have a five-year base with no option years. The contemplated contract will be procured in accordance with the Selection of Architects and Engineers Statute (PL 92-582, formerly known as Brooks A-E Act), 40 USC Chapter 1101 et seq., as implemented by FAR Part 36.6. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 541330 � Engineering Services. The Small Business Size Standard is $22.5 million. All interested parties are reminded that to qualify as a Small Business under any of the above socioeconomic categories, in the event a set aside is done, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern (see FAR 52.219-14 (b)(1)). Interested parties shall be prepared to demonstrate how this requirement will be met, as meeting this requirement will be evaluated in determining the successful offeror once a synopsis notice is issued. Small business concerns should not claim eligibility for any given set-aside if they cannot meet the cost of personnel requirement for that set-aside. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with Small and Small Disadvantaged firms. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be registered in the database maintained by the U.S. Small business Administration--PRO-Net. Failure of a proposed Small-Disadvantaged Business to be registered in PRO-Net at the time the responses are submitted will result in their elimination as a proposed subcontractor.�To be eligible for contract award, firms must be registered in the DoD System for Award Management (SAM). Register via the SAM internet site at https://www.sam.gov or by contracting the DoD Electronic Commerce Information Center at 1-888-227-2423. CAPABILITIES STATEMENT REQUIREMENTS: Interested sources must provide a response that addresses the information listed below. The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute the proposed Project. The Capability Statement should be limited to 5 single-sided pages, demonstrating the firm�s ability to meet and execute the requirements set forth above. Please ensure to address all questions requested by the Government: 1. Company name, address, phone number, and a point of contact with email address. 2. Please submit your company's Cage code and Unique Entity Identifier (EUI) to verify your business status (i.e., Small Business, HUBZONE, etc.). All Contractors must be registered in the System for Award Management (SAM) prior to submitting a qualification statement once a synopsis notice is issued. Please see https://sam.gov/content/home for additional registration information. 3. Indicate the primary nature of your business, business size in relation to the NAICS Code 541330, and capability to execute the capabilities listed above as demonstrated by the following criteria: � a. Please submit three (3) example projects (one page each) completed within the past 7 years, with example projects being the design of a school, and 100% design in support of a design-bid-build project. Out of three (3) projects submitted, at least one (1)project must demonstrate familiarity with (primarily, but not limited to) the geographical districts located within US Trust Territories, Europe, Japan, Korea, Cuba and any other overseas areas where DoDEA facilities are located, and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. It is understood that this represents a wide range of conditions and locations. Information presented shall demonstrate general understanding with specific experience, as applicable. Additionally, �provide at least one (1) project demonstrating experience providing designs in accordance with DoDEA�s 21st Century concepts and requirements. b. Please provide a narrative demonstrating your firms ability and capacity to successfully support multiple design efforts with varying level of complexities at different locations, and different durations concurrently. c. Provide the Contract Number, Contract Type (i.e., Fixed Price, IDIQ, Cost Reimbursement, etc.), project value, contract value, and point of contact with phone number. Indicate whether the work was performed as a prime or a subcontractor, as well as what percentage of work your firm performed. d. Provide professional qualifications and capabilities (resumes not exceeding one page for a team member) of key project management personnel to be assigned to the resulting contract, include experience within the past 7 years in the types of work addressed above 4. If you are considering entering a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide, and include applicable professional qualifications and experience for each member, and to what extent your firm has worked with the proposed subcontractors in the past. DISCLAIMER Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents.� No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. The information provided in this Notice is subject to change and in no way obligates the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set-aside or not set-aside the procurement; solicit as one project or multiple projects, will be accomplished via a Pre-Solicitation Synopsis or Solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. The anticipated synopsis date is January 2023. RESPONSE All responses to this announcement shall be sent electronically to Axel Doody at Axel.F.Doody@usace.army.mil and copy Brady Hales at Brady.L.Hales@usace.army.mil no later than 5:00 PM (Eastern Time) 02 December 2022. LATE RESPONSES MAY NOT BE CONSIDERED. Primary Point of Contact: Axel Doody Contract Specialist Axel.F.Doody@usace.army.mil USACE District, Norfolk Secondary Point of Contact: Brady Hales Contracting Officer Brady.L.Hales@usace.army.mil USACE District, Norfolk
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62db3794385046b1a4b4575a6910de0e/view)
 
Record
SN06527441-F 20221125/221125074513 (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.