Indefinite Delivery/Indefinite Quantity Contract for Architect Engineering Services Far East District
1. SOURCES SOUGHT ANNOUNCEMENT This Sources Sought announcement is part of a MARKET SURVEY for information and preliminary planning purposes only. This is not a solicitation or pre-solicitation announ... 1. SOURCES SOUGHT ANNOUNCEMENT This Sources Sought announcement is part of a MARKET SURVEY for information and preliminary planning purposes only. This is not a solicitation or pre-solicitation announcement. No proposals are being requested or accepted with this synopsis. This notice is not to be construed as a commitment by the Government for any purpose other than a MARKET SURVEY. Respondents will not be notified of the results of the MARKET SURVEY. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The US Army Corps of Engineer, Far East District, is seeking capable firms (Korea, US Large and small business) interested in providing Architect- Engineer (A-E) services meeting the project description. Depending upon the market research of responses received, the proposed acquisitions will be competitive, firm fixed price, Indefinite Delivery Single Award Task Order Contract. The type of set-aside decisions to be issued will depend upon the responses to this synopsis. The anticipated contract, when solicited, will be procured in accordance with the Selection of Architects and Engineers (40U.S.C. chapter 11) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. This procurement will be performed using, but not limited to, North American Industrial Classification System Code (NAICS) 541330 for Engineering Services. The Standard Industrial Code (SIC) is 8711. The Product and Service Code (PSC) is C219. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to complete an open pre-solicitation notice in the near future for indefinite delivery indefinite quantity A-E services contract(s), dependent on availability of funds. 2. CONTRACT REQUIREMENT: The anticipated contract type is for one (1) Fixed-Price Indefinite Delivery contract (IDC) with an ordering period of three (3) years and an estimated capacity of $25M. Large business entities must be able to comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the portion of the scope of work to be subcontracted. The small business size standard for this code is $15,000,000.00. 3. PROJECT DESCRIPTION: Typical types of design services to be provided may include: preparation of all phases of designs for repair and renovation of existing structures and associated mechanical and electrical system, site investigations, environmental studies, pipeline assessments, BIM modelling, and other general engineering activities. The scope of this procurement is to cover the United State Forces Korea (USFK) DoD facilities within the Republic of Korea (ROK). Representative types of facilities or structures that may be the subject of design services include training and operations structures; administrative buildings; unaccompanied and accompanied family military housing; dining facilities; communications facilities; fuel storage and dispensing facilities; religious and family facilities; athletic facilities: gymnasiums, multiple-purpose sports fields; other common military facilities and utility systems that may include communications, power, water, gas, and sewers. Blast hardening, Collective Protection System (CPS) and Chemical Biological Radiological (CBR) protection may be required for some facilities. Sustainable Design/LEED and Energy Policy Act 2005 requirements will be required for all facilities. Design deliverables must address local construction methods in the ROK and approved local materials that meet the intent of U.S. standards and code criteria in order to facilitate the use of local methods and materials. All design documents must be based on metric system units. Designs and prepared drawings must be accomplished using Computer-Added Design (CAD) and Building Information Modelling (BIM) and shall be compliant with the current A/E/C CAD standard available from the CAD/BIM Technology Center, USACE Engineer Research and Development Center (ERDC). Projects involving facilities and structures may be funded by Sustainment, Restoration and Modernization (SRM) funds, Host Nation funds, Host Nation Funded Construction (FC), or other types of funding mechanisms. SRM funds include mainly Operation and Maintenance funds from Army, Air Force, Navy Marine Corps and Department of Defense. SRM projects include work for maintenance, repair and minor construction. SRM design shall ensure the repair cost does not exceed 50% of the replacement cost of the facility of the projects and new work shall not exceed the statutory limits. All technical aspects of design work must be based on current technical criteria that include U.S. national codes and regulations, the Unified Facilities Criteria, FED Guide Specifications and DoD Criteria and Standards. Local materials that meet US standards and criteria are used extensively, and knowledge of local materials and construction methods is necessary. Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES)- Second Generation (MII), for which software and training may be provided by FED. The estimated construction cost of the facilities will range between $100,000 and $132M. 4. SUBMISSION REQUIREMENTS: Your firm is invited to submit your expression of interest in this requirement and statement of your capabilities in performing the work identified in the project description. Responses to this NOTICE must contain the following information. a. Statement that your firm is interested in submitting a proposal for this project if it is formally advertised. Indicate whether interest is to perform as a prime contractor or potential subcontractor. b. Name of the firm to include address, phone, and Point of Contact. c. Company CAGE code and DUNS number. d. Statement of Capability (SOC) stating your firm's knowledge and experience based on the key areas identified in paragraph 3 Project Description. Identify whether any work stated in the SOC was completed independently as the prime contractor or affiliated with another contractor (in a joint venture or as a subcontractor). If your firm's role was as a sub-contractor, describe the services your firm provided. For each project listed in your SOC as the prime contractor, please provide a title, total contract amount, description of the work, and location. The qualification statement is limited to 6 pages total. For small business concerns, your Small Business Administration certification of small business status and type of small business is required with this submittal, but will not be counted in the total pages. DO NOT submit a SF 330 alone in response to this NOTICE. Submissions will be evaluated on the team, prime and subcontractor personnel. The submission of your interest is not a prerequisite to any potential future offerings, your participation will assist the Far East District in identifying sources with required capabilities. If a determination is made by the Government to compete this requirement, then a solicitation will be synopsized in FedBizOpps only (https://www.fbo.gov) at a future date. The sources sought announcement number will be indicated in that announcement. Submit your expression of interest and information as a PDF format attachment to an e-mail, addressed to brady.l.hales@usace.army.mil, and sukhui.yi@usace.army.mil Place of Performance: Projects will be within the Republic of Korea.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »