Inactive
Notice ID:W9126G18U9999-Amendment
SOURCES SOUGHT SYNOPSIS For Real Estate Survey Architect-Engineer Contracts In Support of USACE Southwestern Division Border Infrastructure Project Management Office This is a revised SOURCES SOUGHT a...
SOURCES SOUGHT SYNOPSIS For Real Estate Survey Architect-Engineer Contracts In Support of USACE Southwestern Division Border Infrastructure Project Management Office This is a revised SOURCES SOUGHT announcement which seeks to revalidate and update the information received under the sources sought previously posted by the Fort Worth District on April 18, 2018 under Solicitation Number W9126G18U9999 for the subject acquisition; this revised market survey is for information only, to be used for preliminary planning purposes and the revalidation of previously submitted information. If you responded to the original sources sought announcement posted on April 18, 2018 please respond again by completing and returning the sources sought questionnaire. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the Sources Sought or resulting market research. The U.S. Army Corps of Engineers, Southwestern Division, Border Infrastructure Project Management Office (BI-PMO) has a requirement for real estate survey services requiring the solicitation and award of Indefinite Delivery Contracts (IDCs) in support of Department of Homeland Security programs. The proposed acquisitions will be firm fixed price, indefinite delivery-indefinite quantity (IDIQ) contracts. Market research will determine the type of business set-asides that will be utilized in the resulting Requests for Proposals. The purpose of this synopsis is to maximize practicable competition by gaining knowledge of interest, capabilities and qualifications of various members of industry, to include members of the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB). The contract period of performance is to be determined, but will likely be for a total of five years including all options. The total contract capacity is estimated at approximately $240M and is subject to full definition of requirements and the results of market research. The estimated maximum size of a task order is $7M and the estimated smallest task order size is $2K; average task order is estimated to be approximately $500K. The actual minimum and maximum task order size, socio-economic set-asides, and geographic boundaries for the resulting contract(s) will be determined after the completion of market research, which includes an analysis of the sources sought capabilities statements received. The North American Industry Classification System code for this procurement is 541370, Surveying and Mapping (except Geophysical) Services, which has a small business size standard of $15M. The Government contemplates a qualifications based source selection in accordance with the Brooks Act. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated RFP issuance date is on or about May 15, 2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and invite firms to register electronically to receive a copy of the solicitation when it is issued. Responses to this Synopsis shall be limited to the completed Sources Sought Response document included as an attachment to this Sources Sought. Interested Firms shall respond to this Sources Sought Synopsis no later than February 7, 2019. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to Darrell.L.Montgomery@usace.army.mil