Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2025 SAM #8760
SOURCES SOUGHT

C -- A&E FLETC Design update

Notice Date
11/18/2025 5:14:47 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W074 ENDIST CHARLESTON CHARLESTON SC 29403-5107 USA
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP26RA015
 
Response Due
12/2/2025 7:00:00 AM
 
Archive Date
12/03/2025
 
Point of Contact
Holly Sopiak, Phone: 8432789401, Addison Layfield, Phone: 8433298194
 
E-Mail Address
holly.j.sopiak@usace.army.mil, addison.g.layfield@usace.army.mil
(holly.j.sopiak@usace.army.mil, addison.g.layfield@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The US Army Corps of Engineers, Charleston District intends to issue a sole source solicitation for A&E services for Federal Law Enforcement training Center/ Customs (FLETC) and Border Patrol Trade & Cargo Academy building and Cargo Security & Seized Property Training Facility building. The design and engineering work for FLETC Charleston Trade and Cargo Academy in addition to the Seized Property Training Facility was completed under task order 70LCHS18FPFB00137. It was awarded to SVT to provide all design and engineering services to prepare construction contract documents for the FLETC in Charleston, SC. The scope of this requirement is for an update to the currently completed design to comply with current Codes and Regulations as well as Recertifications of the Biddability, Constructability, Operability, Environmental and Sustainability (BCOES) Reviews. The base period of performance for this action is 6 months. Once the construction contract is awarded, technical expertise for Construction Phase Services, including the review of construction contract submittals, shop drawings and responding to questions and clarifications on the design documents, construction site visits and progress meetings will be required. The option period of performance for this portion of the requirement will be 18 months. Because of the number of months that will pass between the design completion and the new solicitation, the design must incorporate changes in applicable codes and regulations. In accordance with UFC 1-200-011-3.1, projects that have a delay of more than 18 months must be reevaluated to determine if any design revision is needed to comply with current codes and criteria. The updated design must then be signed and sealed. The Biddability, Constructability, Operability, Environmental and Sustainability Review and Certification per ER 415-1-11 must also be performed for the updated design. These actions require an extensive knowledge of the design. In addition, any firm performing this work would now be required to bear Architectural & Engineering Design Liability for the design. This is NOT a request for competitive quotations; however, all responsible sources may submit any information that may assist in the acquisition strategy process. The Government will consider responses received by Tuesday December 2, 2025 at 10:00AM ET. Responses shall be submitted electronically to ""Holly & Addison�s emails"". Responses must include sufficient evidence that clearly demonstrates the vendor/products are available and can provide the required end use. If no written response is received that clearly demonstrates an ability to meet all requirements, is more advantageous to the Government, and is received by the deadline, the Government shall proceed with the intended Sole Source requirements in the forthcoming solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6a4372560ef24c3a8240afc4d80b0594/view)
 
Place of Performance
Address: SC 29403, USA
Zip Code: 29403
Country: USA
 
Record
SN07645745-F 20251120/251118230045 (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.