SOURCES SOUGHT
C -- Army Facilities Components System IDIQ
- Notice Date
- 11/28/2023 11:39:43 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ24R4012
- Response Due
- 12/13/2023 2:00:00 PM
- Archive Date
- 12/28/2023
- Point of Contact
- Michael G. France, Phone: 8163893320, Dale Coleman, Phone: 8163893500
- E-Mail Address
-
michael.g.france@usace.army.mil, dale.e.coleman@usace.army.mil
(michael.g.france@usace.army.mil, dale.e.coleman@usace.army.mil)
- Description
- MARKET RESEARCH: Request for Information and Interest U.S. Army Corps of Engineers, Kansas City District Architect-Engineering (A-E)�Services Army Facilities Components System (AFCS) The U.S. Army Corps of Engineers, Kansas City District is seeking industry input to develop a solicitation that will maximize competition for a replacement Indefinite Delivery Indefinite Quantity (IDIQ) A-E services designing facilities for a contingency environment to initial and temporary doctrinal standards. Services will include but are not limited to conducting facility review (vetting) sessions; conducting design charrettes; reviewing, revising, and developing design documents, construction activities, work elements, and bills of materials (BOM); provisioning of national stock numbers (NSN); preparing drawings, design analyses, and Unified Facilities Guide Specifications (UFGS); data modeling; and project coordination. The results of this market research and level of response will assist in determining the manner in which this requirement is solicited and awarded. The working capacity of the IDIQ is $45,000,000 with a five year base and five year option period. If a Multiple Award Task Order Contract (MATOC) is a viable option based on the feedback received, this capacity would be shared. This program typically awards at year end and interested participants would need to be able to handle multiple requests at a time (anywhere from 3 to 8) which would need to be worked simultaneously. � Any acquisition related to this requirement would be procured in accordance with Public Law 92- 582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. Firms would be selected for negotiation based on demonstrated competence and qualifications for the required work. The North American Industrial Classification System (NAICS) codes for this procurement is 541330 (Engineering Services), which has a small business size standard of $25,500,000.00 in average annual receipts. Any questions should be submitted to the Contract Specialist at dale.e.coleman@usace.army.mil and the Contracting Officer at michael.g.france@usace.army.mil no later than 4:00 PM (1600) CST on 7 December 2023. Responses to reasonable questions as they relate to maximizing competition for this requirement will be consolidated and published by 11 December 2023. Questions that do not directly relate to maximizing competition cannot be answered at this time. Interested participants are encouraged to submit a capability statement as it pertains to this requirement limited to 3-pages. Capability statements and interest are due to the above listed Contract specialist and Contracting Officer no later than 4:00 PM (1600) CST on 13 December 2023. A response of not interested would also be helpful in our determinations. Provided for reference is a Statement of Work for a sample task order as well as a brief overview of the AFCS program to use in determining your capabilities. We are still in the market research / planning phase of the acquisition cycle and any details provided during this market research are provided to facilitate communication only and subject to change as the requirement fully develops and navigates the approval process. THIS REQUEST FOR INFORMATION IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1f06286d85d14d3f9f9ed52828b04beb/view)
- Place of Performance
- Address: Kansas City, MO 64106, USA
- Zip Code: 64106
- Country: USA
- Zip Code: 64106
- Record
- SN06896668-F 20231130/231128230048 (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 |