FY23 CW GEN IDIQ SOURCES SOUGHT

expired opportunity(Expired)
From: Federal Government(Federal)
W912BU22GEN

Basic Details

started - 27 Sep, 2022 (19 months ago)

Start Date

27 Sep, 2022 (19 months ago)
due - 06 Oct, 2022 (18 months ago)

Due Date

06 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
W912BU22GEN

Identifier

W912BU22GEN
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708859)DEPT OF THE ARMY (133109)USACE (38129)NAD (5840)W2SD ENDIST PHILADELPHIA (569)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE.The U.S Army Corps of Engineers (USACE), Philadelphia District (NAP) is issuing this Sources Sought Announcement for the award of one Single Award Task Order Contract providing Architect/Engineer Indefinite Delivery/Indefinite Quantity of Multi-Discipline Architectural / Engineering (AE) and related services contract for the Civil Works Programs and requirements funded with non-military appropriations. Intent of this sources sought is to determine the interest, availability and capability of Businesses. The NAICS code for the work described below is 541330 with a small business size standard $22,500,000. Award of the contract is expected in late 2023 for a five-year (5yr) ordering period. The intent is to award one contract with a total contract capacity of $5,000,000. Individual task order values may vary from
approximately $200k to $2M. The location of the work to be performed under this contract shall be primarily in the Philadelphia District Boundaries (PA, NJ, MD, DE, NY) but may also include other states and districts covered by the U.S. Army Corps of Engineers, North Atlantic Division’s CONUS mission areas (VA, MD, MA, RI, NH, VT, ME, CT, DC).Task Orders under this contract would vary and likely include (but not be limited to):1. AE services providing designs and cost estimates for the construction, renovations, repairs and additions to various institutional, commercial, and industrial facilities.2. Value Engineering Studies3. Construction Phase services4. Master Planning for various complexes, facilities, and campuses.5. Feasibility and preliminary cost determination studies for the design and construction of various facilities and buildings for use by state, local, and federal municipalities.6. Electrical power quality, short circuit, selective coordination, and arc flash studies.7. Building energy modeling and life cycle cost analysis.8. Peer review and technical update of existing government engineering policies and regulations9. Site design10. Interior design11. CAD System (AutoCAD/MicroStation)12. Building Information Modeling (BIM)13. Civil Information Modeling (CIM)14. Specifications and Technical WritingTo be considered qualified; firms MUST include a completed checklist (see herein) in their capabilities package.Please indicate what professionally registered personnel you would either have on staff or plan to provide through a sub-consultant, and indicate which of those personnel are currently on staff. Also, please submit documentation of your firm’s experience and capabilities related to multi-discipline AE design and construction phase services on military projects within the last 5 years. In order to be considered qualified; the firm must have on its own staff or provide through a sub-consultant(s), professional engineers with demonstrated relevant expertise registered in one or more of the NAP states (PA, NJ, MD, DE, NY).Interested firms should submit a capabilities package to include the checklist, business classification (for example 8(a), HUBZone, etc.), staff size, primary area(s) of contractor’s expertise, and examples of projects illustrating the requirements stated above. The package must identify the nature of work performed by the firm, percentage of overall work self-performed by the firm and features of work performed by team subcontractors. The firm should also describe their in-house capabilities to accomplish the above stated work requirements. Interested Small Businesses must address how the firm will meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14 “Limitations on Subcontracting”. Also describe the plan/method to be used in selection of subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work. Responses are required no later than Thursday 06 October 2022. Responses should be addressed to Tiffany Chisholm tiffany.z.chisholm@usace.army.mil Responses are limited to 5 pages not including the checklist. Firms interested shall provide the above documentation in one PDF file. The Government will not pay for any material provided in response to this market survey nor return the data provided.THIS NOTICE IS FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL (RFP) NOR IS IT AN ANNOUNCEMENT OF A SOLICITATION OR A REQUEST TO BE PLACED ON A SOLICITATION MAILING LIST.The results of this survey will be considered to be in effect for a period of 18 months from the date of this notice.

USALocation

Place Of Performance : USA

Country : United States

Classification

naicsCode 541330Engineering Services
pscCode C219Other Architect and Engineering Services