ARCHITECT – ENGINEERING SERVICES

Solicitation Number: W912DY-17-R-0007
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE HNC, Huntsville
:
W912DY-17-R-0007
:
Sources Sought
:
Added: Dec 20, 2016 3:13 pm
This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330 (Engineering Services). This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT A REQUEST FOR A STANDARD FORM 330 nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice.

The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville is seeking capability statements from Architect-Engineer (A-E) firms interested in proposing on an Indefinite Delivery type service contract for a full spectrum of A-E services in support of various programs within the USACE program. The services are required to the Contiguous United States and Outside the Contiguous United States. Any contract awarded are being procured in accordance with the Selection of Architects and Engineering Statue as implemented in FAR Subpart 36.6 Engineering Pamphlet (EP) 715-1-7. Firms will be selected for negotiations based on demonstrated competence and professional qualifications for the required work.

This contract is intended to provide a full spectrum of A-E services to include but not limited to: A-E design services, engineering surveys and assessments, engineering studies, RFPP development and other document preparation, design reviews, and construction phase services related to new construction, upgrade, maintenance, repair, and demolition of various federal facilities and infrastructure systems worldwide. The A-E shall provide all labor, materials, logistical, and administrative support in the performance of the task orders awarded under this contract. All work shall be performed and delivered in keeping with commonly accepted practices, quality, and professional standards for the architect-engineer industry. The services and products delivered must be of high quality, technically sound, accurate, thorough, and in full compliance with applicable authorities, standards, policies, regulations, procedures, and guidelines to maintain and execute the mission of the USACE. This work will require the Contractor to have a current capability to respond to multiple requests for work at diverse locations, within the contiguous United States and outside the contiguous United States.


The U.S. Army Corps of Engineers; Engineering and Support Center, Huntsville anticipates multiple award Indefinite Delivery Contracts for A-E task order contract with a one (1) year base period with four (4) one year option periods. Shared capacity between the Indefinite Delivery Contract for A-E is estimated at $9,000,000.00. Each contract will be awarded the estimated $9,000,000.00 for contract administration purposes; however, this does not infer that the contractor will be awarded $9,000,000.00 in work as this is only the estimated programmatic capacity. The contractor shall complete all work and services under this contract within the period of time specified in task orders.


The Government is performing market research in order to determine the firms that possess the capability to execute the requirements within this notice. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, women-owned and/or Service Disabled Veteran Owned). Interested small and large business firms who meet the capability requirements identified in this notice are requested to reply to this announcement with a response to the Capability Statement Questionnaire presented below. If no experience or capabilities are associated with a particular requirement, so indicate. Based upon small business responses received, consideration will be given to determining if the acquisition will be set-aside for small business competition.



PROJECT REQUIREMENTS


A-E Design Services (to include but not limited to): Architectural and engineering designs, drawings, plans, and specifications (to include architecture, civil, mechanical, electrical, communication, fire protection, security/force protection; structural and comprehensive interior design (CID/SID), utility monitoring systems, control systems (to include industrial control systems and Supervisory Control and Data Acquisition (SCADA) systems), power systems (generation, transmission, & distribution), energy systems (security, generation, distribution, renewal energy, co-generation, thermal decentralization), POL (petroleum, oil, lubricants) system design; high-performance computing data center design; industrial hygiene, environmental, LEED, sustainable design, etc.); design criteria development; Computer Aided Design (CAD); Geographic Information Systems (GIS); facility master planning; architectural renderings; construction cost estimates (budget, parametric, and detailed); construction schedule preparation; as-built drawing preparation; and Building Information Modeling (BIM).



SUBMISSION REQUIREMENTS


Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Monday, January 24, 2017 4:00 P.M. Central Standard Time (CST). All responses under this Sources Sought Notice must be emailed to Gwendolynne S. Bush-Todd, Contract Specialist at 256-895-2532 gwendolynne.s.bush-todd@usace.army.mil or Hillary Roy, Contracting Officer at 256-895-2556 (Hillary.S.Roy@usace.army.mil).


Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format:


• Submission should be in writing by January 24, 2017
• Should not exceed 10 one-sided, 8 1/2" x 11" pages
• New Times Roman, font size 12
• Microsoft Word 2003 compatibility


The submission will address all questions in the Sources Sought Questionnaire and your ability to perform the services in the Projected Information section of the sources sought.


NO HARDCOPY OR FACSIMILIE SUBMISSION WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, SF 330, etc.) will not be considered. Questions concerning submission should be directed to Gwendolynne S. Bush-Todd, Contract Specialist at 256-895-2532 (gwendolynne.s.bush-todd@usace.army.mil) or Hillary Roy, Contracting Officer at 256-895-2556 (Hillary.S.Roy@usace.army.mil).



SOURCES SOUGHT QUESTIONNAIRE



1. What is your name?


2. What is your business address?


3. Identify a responsible point of contact who can be contacted regarding your response, their phone number and email address.


4. Is your firm a certified 8(a) small business, certified HUBZone business and/or Service Disabled Veteran owned concern? (Specify all that apply)


5. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s) and/or a joint venture? (If teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR124.513).


6. If you currently have a joint venture, provide details of the effort, the members specified and a copy of the joint venture agreement.


7. Experience: Has your company delivered or are in the process of delivering A-E design services, engineering surveys and assessments, engineering studies, RFP development and other document preparation, design reviews, and construction phase services related to new construction, upgrade, maintenance, repair, and demolition of various federal facilities and infrastructure systems worldwide. If so, provide customer references, locations, scope of effort, dollar values and dates for efforts performed within the past five years.


8. Capabilities: Does your company have the qualified, experienced personnel to provide A-E Services relative to: A-E design services, engineering surveys and assessments, engineering studies, RFP development and other document preparation, design reviews, and construction phase services related to new construction, upgrade, maintenance, repair, and demolition of various federal facilities and infrastructure systems worldwide.


9. Capabilities: Does your company have capabilities/experience to write DOD Criteria: United Facilities Criteria and Unified Facilities Guide Specification? Provide the number of qualifies personnel, minimum and maximum years of experience and the average years of experience.


10. Capability: Provide specific details on your current and projected capability to simultaneously execute requirements. Provide information on the magnitude of simultaneous task orders that you can handle.


11. Management: Does your firm have the capability to manage A-E Services in a cost effective, timely and contract conforming manner? Please provide specific examples based on previous projects.


12. Quality: Does your firm have experience in providing and maintaining an effective quality control program? Provide examples.


13. Work Location: Does your firm have the ability to work anywhere CONUS or OCONUS? Are there any limitations on where you can work? Please identify any OCONUS locations along with Project Titles and descriptions where you have performed work.

:
P. O. Box 1600
Huntsville, Alabama 35807-4301
United States
:
U. S. Army Corp of Engineers, Engineering and Support Center


Huntsville, Alabama 35816
United States
:
Gwendolynne S. Bush-Todd,
Contract Specialist
Phone: 2568952532
:
Hillary S. Roy,
Contracting Officer
Phone: 2568952556