SOURCES SOUGHT
C -- Sources Sought Notice - USACE IDIQ for AE Services for CMS throughout Mobile District's Area of Responsibility
- Notice Date
- 5/17/2024 1:29:52 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127824R0071
- Response Due
- 6/3/2024 3:00:00 PM
- Archive Date
- 06/18/2024
- Point of Contact
- Kellden Williams, Phone: 2516943860, Kyle M. Rodgers, Phone: 2516903356
- E-Mail Address
-
KELLDEN.WILLIAMS@USACE.ARMY.MIL, kyle.m.rodgers@usace.army.mil
(KELLDEN.WILLIAMS@USACE.ARMY.MIL, kyle.m.rodgers@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a SOURCES SOUGHT and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service-Disabled Veteran Owned, and Women Owned Small Business firms. Responses to this Sources Sought will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers (USACE), Mobile District, anticipates a future Indefinite Delivery/Indefinite Quantity (IDIQ) procurement to acquire Architect-Engineer (AE) Services under individual task orders for Construction Management Services (CMS). AE services will be performed primarily at federal and military installations within and throughout the Mobile District�s Area of Responsibility, which includes the southeastern states as well as Central and South America, within the South Atlantic Division (SAD). Required AE Services will provide a full range of comprehensive support for the CMS program. Firms shall have experience with (1) Biddability and constructability reviews for building construction projects; (2) Preparation of contract related documents and analysis, such as construction cost estimates, project schedules, or network analysis systems, delay impact analysis, claims and change order analysis; (3) Review of contractor submittals; (4) Shop drawing reviews; (5) Quality Assurance (QA) Activities in connection to building construction inspection. Task orders typically range in size from $3,000,000 to $10,000,000. The selected firms must have, either in-house or through partner or sub-consultants, the following disciplines, with professional registration required where applicable: (1) Project Manager; (2) Architect; (3) Civil Engineer; (4) Mechanical Engineer; (5) Electrical Engineer; (6) Structural Engineer; (7) Cost Estimator(s); (8) Construction QA Inspectors in (a) civil, (b) electrical, (c) mechanical, (d) structural; (9) Project Schedulers.; (10) Environmental Compliance Specialist; (11) Project Controls; (12) Building Envelope Specialist; (13) Geotechnical Engineer; (14) Engineering Technician; (15) Fire Protection Engineer; (16) Building Information Modeling Engineer. The firm will be required to self-perform greater than 50% of the work in-house.��� This contract is anticipated to be $99,000,000 in total capacity. It is anticipated that at least three (3) indefinite delivery contracts (IDC) will be negotiated and awarded, with ordering periods of five years. There is no limit on the value of individual task orders. Work will be issued by negotiated firm-fixed-price task orders. Award of the contracts is anticipated in FY25. �� The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $25,500,000.00 in average annual receipts. To be considered a small business under this NAICS codes, the respondent's average revenue for the last three fiscal years cannot be more than $25,500,000.00. If the respondent's average revenue for the last three fiscal years is over $25,500,000.00 the respondent is not considered a Small Business. If the contract is set-aside for Small Business, FAR 52.219-14, Limitation on Subcontracting, will be included in the contract. This clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be by employees of the concern. Responses are requested with the following information: 1. Offeror�s name, address, points of contact with telephone numbers and email addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, Woman Owned or 8(a) shall be indicated on first page of submission. 3. Description of firm�s capability to provide the AE services with necessary personnel on-site; capability to manage multiple disciplines concurrently; and capacity to execute at least four (4) task orders simultaneously with an average value of $3M per Task Order under this IDIQ. Contractor must have the ability to respond promptly in support of several task orders at different locations at the same time. Exact place of performance will not be determined until each task order is scoped. All personnel shall be experienced and trained for the types of work to be performed. It is possible that more than one (1) of the same position description may be required under a single task order. Firms are requested to provide the following additional information: 1. List of positions that the vendor has the capability to provide with maximum number of personnel simultaneously available per position. 2. �Regions/states within Mobile District boundaries the vendor has the capability to perform in. 3. �Past performance/experience on IDIQ contracts of similar scope, describing no more than five (5) projects that are at 100% complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the CMS scope to demonstrate relevance to the proposed synopsis, the Offerors� role, percentage of self-performance, dollar value of contract, and name of the company, agency, or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Include the Prime Contractor�s name and a quantifiable amount (percentage) of the project your company contributed (as well as percentage of the project that a similarly situated subcontractor contributed) to the overall scope of work. Prime Contractor experience is required.� Firm must demonstrate capability to self-perform over 50% of the work with in-house staff, and they have the capability/capacity to execute the scope of work within 5 days of award.� The five (5) projects shall specifically address the following areas of emphasis and shall be presented in the order listed below: Project 1 � Aircraft Hangars Project 2 � Headquarter�s Operation Facilities Project 3 � Research and Development Secure Facilities Project 4 � Multi-building Military Campus�� Project 5 � Installation Support Facilities (i.e. Dining, Barracks, Lodging, CDC, Fitness Facilities) 4. Specialized Experience and Technical Competence: Describe experience providing Construction Management Services as a prime contractor on construction projects similar in size and complexity of USACE Mega projects/programs.� Consideration for project similarity will include: Facility size (225,000 SF excluding parking structures) Facility type � (Facilities with aircraft maintenance hangars, multi-story headquarters, and/or operations facilities with Sensitive Compartmented information Facilities (SCIF) and Special Access Program Facility (SAPF) areas.) Sustainably certified projects (or projects in the process of obtaining certification) in accordance with:� LEED Gold, Net-Zero, ASHRAE 189.1 high-performing building, or other industry- recognized sustainability rating system. 5. Professional Qualifications Describe professional qualifications in the following key disciplines: lead Structural Engineer Specializing in High Velocity Hurricane Zone Application, lead Fire Protection Engineer, lead Electrical Engineer Specializing in Facility-Related Control Systems, lead Building Information Modeling Engineer, and lead Engineer or Architect Building Envelope Specialist.� 6. Knowledge of the locality Describe knowledge of local conditions within the geographical boundaries of the U.S. Army Corps of Engineers, Mobile District, specifically regarding climatic conditions and local construction methods including geotechnical considerations. HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE IF YOUR COMPANY HAS RECENT EXPERIENCE similar to that MENTIONED IN THE ABOVE SCOPE OF WORK: NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE EMAILED to: Kellden Williams, KELLDEN.D.WILLIAMS@USACE.ARMY.MIL. Submittals are due no later than by 12:00 (Noon CST) on 3 June 2024. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Limit response to eight (8) pages or less. Note 1: This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. Note 2: This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Note 3: Large Businesses need not respond. Note 4: All advertisements of Mobile District projects will be through SAM.gov. Detailed information on this and other Mobile District projects are available on the internet at SAM.gov. Contracting Office Address: USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001 Place of Performance: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL 36628-0001 US
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/24de00d3180842c4977960c55bbce1e8/view)
- Place of Performance
- Address: Mobile, AL 36602, USA
- Zip Code: 36602
- Country: USA
- Zip Code: 36602
- Record
- SN07068801-F 20240519/240517230050 (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 |