Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works Design and Other Architect and Engineering (A-E) Services Within the Boundaries of the Jacksonville District (Соединенные Штаты Америки - Тендер #57740006) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 57740006 Дата публикации: 27-09-2024 Источник тендера: Государственные закупки США |
||
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
The U.S. Army Corps of Engineers, Jacksonville District is issuing this Sources Sought Synopsis (SSS) as a means of conducting market research to identify parties having an interest in, and the resources to support this requirement for Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works Design and Other Architect and Engineering (A-E) Services Within the Boundaries of the Jacksonville District. Most Civil Works projects will be in the Florida Area of Responsibility for Jacksonville District; some projects may be located within the Caribbean Basin. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330.
Subcontracting guidelines referenced in FAR 19.505(b)(1)(i) shall be followed. Firms must demonstrate their ability to perform at least 50% of the work pursuant to FAR 19.505(b)(1)(i), on multiple projects, as referenced in their past performance.
There is no solicitation currently. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. This SSS is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.
The purpose of this SSS is to conduct market research and to gain knowledge of interest, capabilities and qualifications of various members of the Architect and Engineering Services Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns and Other than Small Business Community (unrestricted). The Government must ensure there is adequate competition among the potential pool of responsible contractors.
This scope for A-E services will include engineering and design services for civil works projects, 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 may encompass civil works projects including environmental restoration, flood risk reduction, beach renourishment, erosion control, navigation (including dredging), bridges, site planning, structural design (including pump stations, bridges, and water control structures), canals, levees and dams, utility systems design, value engineering and other areas of design required for a complete and useable project. Compliance with federal regulations including, but not limited to, low impact development and sustainability is required.
This scope of A-E services may also include, but are not necessarily limited to, investigations, feasibility studies, seismic hazard evaluation reports, testing services, program development studies, design development and preparation of working drawings for construction, use of electronic project management, and participation in value engineering studies. During construction, services may include submittal and shop drawing review and approval, testing services, contract administration including inspection for conformance with design and specifications, plans and specifications for change orders, inspection services, cost estimates, and other contract quality assurance functions.
The anticipated future contract will be an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for a period of one year from date of award, with options to extend for four additional years; not to exceed a total of five years. The total anticipated capacity to be shared by the anticipated future IDIQ Multiple Award Task Order Contract (MATOC) is $83,000,000. The Jacksonville District anticipates multi-million-dollar task orders involving significantly complex design requirements for very large Civil Works projects with an average estimated design task order cost of $15,000,000 (involving multiple disciplines, multiple very specialized tasks, challenging deliverables in short periods of performance, and years of engineering during construction support, etc.).
Firms response to this SSS must include a Statement of Capability (SOC), which shall be limited to a total of 15 pages and shall include the following information:
If you believe that the list of A-E services included above in this SSS, restricts or impacts your firms ability to compete for the acquisition, please include a statement in your response. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this SSS. If you remain interested & responded previously, you must respond again. If you are not interested, no response is required. Submittals are due no later than October 4, 2024 2:00 PM EDT. Submittals will not be returned. All responses to this SSS must be emailed to the attention of Isis.S.Hill@usace.army.mil. The submission of this information is for planning purposes only. The Jacksonville District of the U.S. Army Corps of Engineers does not intend to award a contract based on this SSS nor otherwise pay for the information solicited. Prior Government contract work is not required for submitting a response under this SSS. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.
You must be registered in the System for Award Management (SAM.GOV) in order to be eligible to receive an award from any Government solicitation. Information regarding registration in SAM can be found at https://www.acquisition.gov. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 541330. The small business size standard is $25,500,000.
A question and answer (Q&A) session will be held on Tuesday October 1, 2024 from 1:00 PM to 2:00 PM EDT. Due to limited ports, the teleconference is being held only for those firms interested in this specific work. To RSVP, please send an email to Contract Specialist, Isis S. Hill at isis.s.hill@usace.army.mil, with Sources Sought No. W912EP24Z0043 in the Subject Line. The Contract Specialist will reply with login information for the Q&A session.
If you have any questions concerning this opportunity, please contact: Isis.S.Hill@usace.army.mil.
contracting Office Address:
P.O. Box 4970
Jacksonville, Florida 32232-0019
United States
Place of Performance:
Jacksonville, Florida 32207
United States
Primary Point of Contact:
Isis.s.hill@usace.army.mil
Office: (904) 232-1240
Cell: (313) 522-9914