INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR MILITARY SERVICES FOR THE KANSAS CITY DISTRICT
The following is a Sources Sought announcement to seek market research information on businesses with capability of providing the services described in the below scope of work. This is not a Request f... The following is a Sources Sought announcement to seek market research information on businesses with capability of providing the services described in the below scope of work. This is not a Request for Quote (RFQ) or Request for Proposal (RFP). THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. This notice is a market research tool used for planning purposes only to determine the availability of capable contractors able to do the following: The Architect-Engineer (A-E) contracts are required to support Military projects throughout the geographical boundaries of Northwestern Division (NWD) and Kansas City District (NWK), U.S. Army Corps of Engineers. The contracts will involve the preparations of various military planning and design documents, project studies, specifications of various military projects, and secondarily, may also be utilized to support planning and design for civil works projects or planning efforts (master planning and similar). Selection of IDC contracts will be based on military planning and design criteria described below. Selection of task orders will be based on appropriate selection criteria consistent with the Brooks Act and FAR subpart 36.6. The proposed solicitation will be issued as full and open competition, open to both large and small businesses for architect-engineering services under the Brooks Act (PL-92-582) procurement procedures. A target of five (5) indefinite delivery contracts (IDCs) will be negotiated and awarded; open to all businesses regardless of size. The total value of all task orders issued under each contract will not exceed $150M. If the Contracting Officer determines during the selection process that fewer or more contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. The base ordering period for each IDC will not exceed five (5) years, with one option for an additional two (2) years. The period of performance for the IDC will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period, along with the additional two (2) years if the option is exercised. The period of performance for task orders awarded under the IDC will be determined based upon the work requirement (not to exceed five (5) years from date the Task Order is awarded) and will be included in the task order solicitations and negotiated task order award documents. Award of these contracts is anticipated in fall of 2019. The required A-E services will relate to planning and design of new and existing projects, preparation of special reports, studies (to include value engineering studies), development of design criteria for design-build contracts, design of construction and renovation, and commissioning. Additionally, these contracts may include design work involving site investigation, UXO avoidance support for drill and survey crews, geotechnical reports, and topographic surveys. Services may include preparation of contract drawings, technical specifications, design analyses and computer aided cost estimating. Construction phase services, including shop drawing review, design during construction, site visits, etc., could be included as options on task orders. The projects may include new buildings or structures, potential repair or renovations, and master planning activities. Examples of new buildings or structures includes: vehicle maintenance facilities, administrative facilities, Child Development Centers, medical facilities, hangers and related aircraft support systems, industrial facilities, ranges, training facilities, runways, pavements/hardstands, barracks, kitchen and food service, etc. Examples of potential repair or renovation projects include: whole building renovation, repair or replacement of architectural elements, building seismic upgrades; force protection upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems; asbestos and lead abatement services related to building renovation or demolition; renovation of historic structures, etc. The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000.00 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 $15,000,000.00. If the respondent's average revenue for the last three fiscal years is over $15,000,000.00 the respondent is not considered a Small Business. ADDITIONAL PROJECT INFORMATION Prior experience in the following areas is required: * Design of new buildings and structures, similar to the categories listed. * Design of repair and renovation projects, similar to the categories listed above. * Experience in development of design-build contracts with projects similar to the categories listed above. * Experience designing concurrent multiple $20M to $50M construction projects. HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE IF YOUR COMPANY HAS RECENT EXPERIENCE similar to that MENTIONED IN THE ABOVE SCOPE OF WORK PLEASE RESPOND TO THE INFORMATION BELOW BY EMAIL TO: jaclyn.c.yocum@usace.army.mil by 2:00 pm Central Standard Time (CST) Thursday, March 7, 2019. a. Offerors response to this Synopsis shall be limited to 10 pages and shall include the following information: • Offerors name, addresses, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. • Offerors capability to meet project requirements. • Offerors' Statement of Capability to perform a contract of this magnitude and complexity. Your firm shall identify whether the work was independently completed as a prime contractor or affiliated with another contract (joint venture or as a subcontractor.) If your role was as a subcontractor, describe the design services your company provided. For each project listed, please provide a brief description of the project, customer name, date of performance, customer satisfaction and dollar value of the project. Offerors' should provide at least 3 examples. • Offerors SHALL NOT submit a SF330 in response to this Sources Sought Announcement. b. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist NWK in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized in FedBizOpps only, the FedBizOpps link is www.fbo.gov. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal or quotation; there is no solicitation available at this time.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »