ARCHITECT-ENGINEER SERVICES
THIS IS NOT A SOLICITATION /REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO SOLIC... THIS IS NOT A SOLICITATION /REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION IS CURRENTLY AVAILABLE. This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. This announcement seeks information from industry on capability, qualifications, and availability of potential certified small and large business contractors approved under NAICS Codes 541330, that are interested in proposing on an Indefinite Delivery/ Indefinite Quantity (IDIQ) contract for Architect and Engineering Services for the U.S. Army Corps of Engineers (USACE) - St Louis District (MVS) to provide engineering and design related services for predominantly civil work projects. No proposals are being requested or accepted with this synopsis. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The official synopsis for a proposed contract action, citing the solicitation number, will be issued on Federal Business Opportunities (www.fbo.gov) and will provide information on what is to be submitted. The Government must ensure there is adequate competition among the potential pool of responsive contractors and the type of solicitation to be issued will depend upon the responses to the Sources Sought/Market Research. Award will be based on selection of the most highly qualified firm(s) in accordance with A-E Brooks Act procedures as implemented by FAR 36.6 and supplements thereto. The Government intends to award up to four (4) IDIQ Contract(s) from this Solicitation for Firm Fixed Priced (FFP) services. Based on the need at the time of award, USACE reserves the right to award Single Award and/or Multiple Award contracts. The planned duration for this contract is a total of five years. The anticipated capacity of the resulting IDIQ Contract(s) will not exceed $48M (total combined capacity). Task Orders will be issued as needed. Contracts awarded as a result of this announcement will be administered by St Louis District and, if requested, for other Corps of Engineers Districts. The estimated minimum task order amount is $3,000, the estimated average task order is $100,000 - $250,000, and the maximum task order amount will not exceed the contract amount. Small Business Size Standard for this acquisition is $15 Million average annual receipts over three years. Small Business firms are reminded FAR 52.219-14, Limitations on Subcontracting, requires at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. LOCATION OF SERVICES: The primary area of work will be located in the Commonwealth of Puerto Rico, however work can be located in other CONUS and OCONUS areas. DESCRIPTION OF SERVICES: Projects would include engineering and design services for predominantly civil work projects and support for other agencies, such as preparation of design reports, engineering studies, cost estimates and construction schedules, calculations/analyses, and construction plans/specifications suitable for use in competitive bidding processes. The work will encompass all types of civil works projects including geotechnical exploration, geotechnical laboratory testing and analysis, strength and stability of earthen/concrete flood control structures, soil mechanics analysis for water retention structures (e.g. seepage), environmental restoration, flood control, beach renourishment, erosion control, jetties, navigation, bridges, site planning, pumps stations, water control structures, general structural and welding inspections, paving, grading, canals, levees and dams, drainage plans, utility systems design and relocation, and value engineering. The work may include vertical construction features encompassing all facets of design including architectural, structural, roofing, carpentry, masonry, mechanical, heating, ventilation and air conditioning (HVAC), plumbing, electrical and electronic, fire protection or life safety systems, typical interior and exterior finishes, as well as associated site work, utilities, landscaping, security, total building commissioning and force protection. Work could include the rehabilitation of existing facilities. Other services performed in addition to design services would include cost estimates for planning, design, and construction phases, cost risk analyses, quantity takeoffs, development of construction schedules, and labor rate surveys. Preparation of construction cost estimates will utilize MCACES Second Generation (MII) version 4.4.2 or most recent. Work on some projects may require performing topographic surveys, requiring compliance with SDSFIE (Spatial Data Standard) for GIS and AEC (Architectural Engineering CADD Standard). All CADD products produced under this contract will be required to be submitted fully compliant with the AEC CADD standard. SUBMISSION CONTENT: Your firm's response to this Sources Sought synopsis/Market Research request shall be limited to ten (10) 8-½ X 11 inch pages, with a font no smaller than "10" in either Times New Roman or Courier New, and shall include the following information: 1. A Statement of Capability (SOC) stating your skills, experience and knowledge required to perform the specified type of work. This SOC should be a brief description of your company's capability and include, at a minimum: a. Firm's interest in responding to the Solicitation when it is formally issued; b. A brief description of your company's capabilities to include information on; 1. Design - Demonstrates specialized experience and expertise in design analysis for all phases of civil engineering and related work as outlined above in Description of Services. Your firm should be able to demonstrate Expertise in the preparation of plans and specifications, technical reports and studies and documentation of design reports. 2. CADD/GIS - Demonstrates specialized experience and expertise in the following software programs: Bentley and AutoDesk platforms. Firms shall demonstrate the ability to prepare construction drawings and specifications in digital format. 3. Cost Estimates - Demonstrates specialized experience and expertise in preparation of cost estimates. 4. Qualified Professionals for key personnel to include but not limited to the following disciplines: Architect; Civil; Mechanical; Structural; Geotechnical; Hydraulic and Hydrologic; Geology; Surveyor and Electrical. Their qualifications should show relevant education, training, registrations, and certifications. Resumes for all key disciplines will be requested later if a solicitation is issued. c. Provides U.S. Registered Professionals for key personnel. The key personnel must have a professional license in Engineering or Architecture. d. Project manager(s) with at least five (5) years of relevant experience and professional license in Engineering or Architecture. e. Demonstrate past performance in accomplishment of similar work. Provide brief references of jobs your firm has performed within the past three years on similar type work (include as a minimum the project title, type of work, description of work, and dollar amount) 2. Firm's small business category and Business Size (Small Business, Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB). 3. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 4. Identify if you are a large business. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 10:00 a.m., Central Standard Time, on 11 April 2019 to Angie Grimes, St. Louis District, Corps of Engineers, via email at angie.l.grimes@usace.army.mil. Fax will not be accepted. Please direct any questions on this announcement to Angie Grimes at the above email or phone number 314-331-8965.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »