Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2023 SAM #7838
SOURCES SOUGHT

C -- Indefinite-Delivery Architect-Engineer Services Contract (Structural) Not-To-Exceed $9.9M for the Design of Miscellaneous Projects in the USACE Honolulu District Area of Responsibility

Notice Date
5/12/2023 1:11:18 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858-5440 USA
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A23Z0020
 
Response Due
5/26/2023 5:00:00 PM
 
Point of Contact
Colin Waki, Phone: 8088354393, Fax: 8088354396, Kent Tamai, Phone: 8088354377, Fax: 8088354396
 
E-Mail Address
colin.k.waki@usace.army.mil, kent.a.tamai@usace.army.mil
(colin.k.waki@usace.army.mil, kent.a.tamai@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Honolulu District, US Army Corps of Engineers, is contemplating the award of an Indefinite-Delivery Architect-Engineer Services Contract (Structural) for design of miscellaneous projects in the U.S. Army Corps of Engineers (USACE), Honolulu District (POH) Area of Responsibility (AOR).� The IDC will consist of a base period of five (5) years with no option periods. The amount will not exceed a cumulative total of $9,900,000 for all contracts awarded under the solicitation, over the five (5) year period. Work is subject to the availability of funds. Each task order issued shall be firm-fixed price (as negotiated). Funding shall be cited on individual task orders. Only firm(s) considered highly qualified will be awarded a contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. Selection of A-E firm(s) is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Project Scope: Work includes A-E services for the preparation of plans, specifications, design analysis, and cost estimates for repair, alteration, renovation, and/or new construction projects for installation support. Work may also include charrettes, parametric designs, and facility condition studies. The firm must have primary capability in structural engineering to include structural design, including gravity and lateral analysis, bridge design, antiterrorism (AT) and progressive collapse design, SCIF buildings, forensic studies, and structural condition evaluations and studies. Potential structural engineering design projects include new facilities, renovations of existing facilities, piers, bridges, and hangars. Building Information Modeling (BIM) and Computer-Aided Design (CAD) format of CAD products in compliance with A/E/C standards will be required. Selected projects may require metric units. The primary firm must have capability in Structural Engineering. Collectively as a team, the primary firm and/or its sub-consultants must have capability in the following disciplines: Electrical Engineering/Telecommunications Design Telecommunications Architecture Civil Engineering Mechanical Engineering Fire Protection/Life Safety Geotechnical Engineering Corrosion Engineering Topographic Surveying Environmental Engineering Cost Estimating Specification Writing/Typist BACKGROUND: Structural Design and/or other Professional Services are being procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, as required for design support primarily for projects within the POH AOR. Work primarily includes but is not limited to any or all of the following range of Structural Engineering services for a broad variety of minor to major repair, modification, rehabilitation, alternatives and new construction projects primarily in support of the Department of Defense and associated Agencies. The work and type of services will consist primarily of preparation of design analyses and reports; facility condition studies; plans and specifications for the site designs of predominantly vertical construction projects; horizontal construction projects may also be in the variety of work assigned. All design and other engineering-related services must be performed by or under the direct supervision of licensed professional Engineers. Response Information: Only interested PRIME Architect-Engineers should submit a narrative demonstrating experience in the project scope. Please indicate if the firm is a small business contractor or a contractor that qualifies under a Small Business Program (i.e. 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business). SIZE STANDARD. The North American Industrial Classification Code (NAICS) for this procurement is 541330. This announcement is open to all businesses regardless of size. Information is limited to 5 single sided pages. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note it is required that interested contractors be registered in System for Award Management (SAM). Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Information shall be submitted electronically to Colin Waki at colin.k.waki@usace.army.mil and Kent Tamai at kent.a.tamai@usace.army.mil by May 26, 2023, 2:00 p.m. Hawaii Standard Time. PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f262cd22e1b140709f8c23688118d2a8/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN06681496-F 20230514/230512230111 (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.