Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2023 SAM #7831
SOLICITATION NOTICE

C -- Centralized Energy Resilience and Conservation Investment Program (ERCIP) AE Services $249M

Notice Date
5/5/2023 11:43:12 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2V6 USA ENG SPT CTR HUNTSVIL HUNTSVILLE AL 35806-0000 USA
 
ZIP Code
35806-0000
 
Solicitation Number
W912DY23R0028
 
Response Due
6/5/2023 8:00:00 AM
 
Archive Date
05/04/2024
 
Point of Contact
Catherine Daly, Phone: 256-895-1459, Kijafa Johnson-Cooper, Phone: 256-895-1614
 
E-Mail Address
catherine.m.daly@usace.army.mil, kijafa.t.johnson-cooper@usace.army.mil
(catherine.m.daly@usace.army.mil, kijafa.t.johnson-cooper@usace.army.mil)
 
Awardee
null
 
Description
This acquisition is being procured in accordance with (IAW) the 40 United States Code (U.S.C) Chapter 1101 et seq, ?Selection of Architects and Engineers? statute (formally known as the Brooks Act) as implemented per the Federal Acquisition Regulation (FAR) 36.6, 236.6 of the Defense Acquisition Regulations Supplement (DFARS) and 5136.6 of the Army Federal Acquisition Regulation Supplement (AFARS); the United States Army Corps of Engineers (USACE) Acquisition Instructions (UAI); and Engineering Pamphlet (EP) 715-1-7, ?Architect-Engineer Contracting in USACE?. The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville Center (CEHNC) plans to award a multiple award Indefinite Delivery Contract (IDC) suite with a target of 7 awardees using full and open competition (unrestricted) with a small business reserve. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The multiple award IDC suite will have one twenty-four (24) month base ordering period and one thirty-six (36) month option period for a total of (5) years. Work will be issued by negotiated Firm-Fixed-Price (FFP) task orders (TO). CEHNC intends to award a minimum of seven (7) IDCs (four (4) most highly rated other than small business Firms and three (3) most highly rated small business Firms) for this acquisition; however, the Government reserves the right to award more, less, or none at all if it is determined to be in the best interest of the Government.Firms will be required to provide expert energy system design, engineering, commissioning, planning services to improve energy and water resilience, security, and conservation on DoD installations. Work under this multiple award IDC will be in support of multiple locations inside and outside the U.S. IAW FAR 2.101, to include Germany, Belgium, Kuwait, and the Republic of Korea. Other foreign jurisdictions outside the Continental United States may be added to the geographic scope of the base IDC if deemed appropriate after an analysis of relevant statutes and regulations and analysis of international agreement terms between the United States and the respective foreign jurisdiction. The selected AE Firms shall perform all work IAW commonly accepted practices, quality, and professional standards for the industry including adherence to all applicable codes, regulations, technical standards, instructions, specifications, and installation, local, state, federal and international requirements. The work may necessitate travel to work sites and Government installations for the purposes of data collection, meetings, etc. However, the bulk of the work is anticipated to be performed in the home offices of the Firm.The North American Industrial Classification System (NAICS) code is 541330, which has a small business size standard of $25.5M. The applicable Product Service Code (PSC) for this acquisition is ?C219 - Architect and Engineering - General?. The total estimated capacity amount to be shared among all awardees is $249,000,000.00. The Government?s minimum obligation shall not exceed the minimum guarantee of $2,500.00 for the life of the IDC. To be eligible for an IDC award, a Firm must be registered in System for Award Management (SAM) at the time of their submission. In addition, FAR 52.236-23, Responsibility of the Architect-Engineer Firm, applies to this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e7ba313cb59549eca4a05bc13d8d447b/view)
 
Record
SN06673472-F 20230507/230505230110 (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.