Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2022 SAM #7694
SOURCES SOUGHT

99 -- General Architect and Engineering (A-E) Services Contract for ISRAEL

Notice Date
12/19/2022 5:25:38 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB23X0020
 
Response Due
1/3/2023 4:00:00 AM
 
Point of Contact
John Du Bois, Robert E. Corkrum
 
E-Mail Address
john.j.dubois@usace.army.mil, robert.e.corkrum@usace.army.mil
(john.j.dubois@usace.army.mil, robert.e.corkrum@usace.army.mil)
 
Description
****The response period for this Sources Sought has been extended to 3 January 2023.*** Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) General Architect and Engineering (A-E) Services Contract for ISRAEL W912GB23X0020 ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS:� 541330, Engineering Services 3. PLACE OF PERFORMANCE: Israel 4. ACQUISITION INFORMATION: The U.S. Army Corps of Engineers, Europe District anticipates soliciting and awarding a target of three (3) general Architect and Engineering (A-E) Services Indefinite Delivery-Indefinite Quantity contract to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Total Value of the Contract: The amount of work for the contracts will not exceed $35,000,000.00 in combined capacity which will be shared among the awardees. Work will be issued by negotiated firm-fixed-price task orders. Performance Period: The contracts will include a base ordering period of five (5) years, with no optional periods. Anticipated Award Date: The contract is anticipated to be awarded in the 4th Quarter FY23. Small and Small Disadvantaged Business requirements are waived for this project due to its OCONUS location (Israel). 5. Project Description: The general scope of work includes, but is not limited to: A-E Design Services: Preparation of design for new construction, alteration, repair or rehabilitation projects. Work may also include development of design criteria, architectural engineering designs, specifications, design-related analyses and studies, Request-For-Proposal packages for design/build projects that conform to Israeli requirements, and engineering assessments and systems analysis of existing facilities and infrastructure for military facilities.� Projects may also involve security upgrades, anti-terrorism/force protection (AT/FP) assessments and design, site investigations, structural analysis and testing, feasibility studies, energy conservation and fire protection. A-E services may also be required for feasibility studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-builts, cost estimating and estimate analysis; value engineering studies, CAD/GIS mapping, and other general engineering and design services in conformance with Israeli requirements. Construction Services: A-E services may include certification by an engineer licensed in Israel that the construction is in conformance with the design. Additional construction services may include project schedule development and network analysis, construction inspection, quality assurance, engineering and design during construction, safety inspections, and materials and equipment testing including systems commissioning Environmental Services: A-E services may also be required for environmental A-E services including, but not limited to environmental expert consultation; compliance remediation to include preliminary assessments/site investigations, remedial investigation/feasibility studies, and remedial design as a single project; geotechnical and environmental investigations and surveys ancillary to design and/or construction; preservation surveys, management plans, and restoration designs for historic sites/structures; corrective action and/or prevention plans and designs Planning Services: Additionally, support may also include planning services such as comprehensive master plans, installation real property master planning, and planning & design charrettes. Planning work may include, but not be limited to, all types of CAD/GIS mapping, CAD/GIS data migration/consolidation, data linkage, database development, data scanning and archiving, comprehensive master plans, installation� real� property master planning, infrastructure assessments, programming documents, DD Form 1391 preparation, planning & design charrettes, project economic and market analyses, housing market analyses, designs, Installation Development Plans (IDPs), Area Development Plans (ADPs), and Vision Plans. Security Requirements: Security requirements will be addressed per Task Order. From time-to-time there will be projects that are of a secure nature. 6. SOURCES SOUGHT: The purpose of this source sought is to gain knowledge of interest, capabilities and qualifications of A-E Firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 7. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 8. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 8 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 8 page limitation):� Offeror�s Name, address(es), English speaking point of contact, phone number and e-mail address Offeror�s interest in proposing on the solicitation when it is issued Offeror�s Cage Code and DUNS number Offeror�s capability to perform a contract of this magnitude and complexity (include offeror�s capability to execute General A-E services, comparable work performed within the past six (6) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples that demonstrate: �� Experience working in Israel Offeror�s Joint Venture information or Teaming Arrangements: � Include Cage Code or System for Award Management (SAM) information/registration, if � � available Key Personnel and Experience 9. �RESPONSES DUE: All interested contractors should submit responses via email by 1300 HOURS Central European Time on 28 December 2022. Submit responses and information to John Dubois at john.j.dubois@usace.army.mil and Robert Corkrum at robert.e.corkrum@usace.army.mil.� No hard copies will be accepted. 10. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist John Dubois at john.j.dubois@usace.army.mil AND Contracting Officer Robert Corkrum at robert.e.corkrum@usace.army.mil. ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0570796c426a40eba5508af9af0ae26f/view)
 
Place of Performance
Address: ISR
Country: ISR
 
Record
SN06547194-F 20221221/221219230107 (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.