Massachusetts Bids > Bid Detail

Architectural-Engineering (A-E) Services for General Engineering and Design Services for Various Locations within the Corps of Engineers North Atlantic Division Boundaries (but primarily in the New England District (NAE) mission boundaries (ME, NH, VT, MA,

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159252012540041
Posted Date: Feb 2, 2023
Due Date: Mar 3, 2023
Solicitation No: W912WJ23X0021
Source: https://sam.gov/opp/c5e9c23627...
Follow
Architectural-Engineering (A-E) Services for General Engineering and Design Services for Various Locations within the Corps of Engineers North Atlantic Division Boundaries (but primarily in the New England District (NAE) mission boundaries (ME, NH, VT, MA,
Active
Contract Opportunity
Notice ID
W912WJ23X0021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NEW ENGLAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 01, 2023 02:00 pm EST
  • Original Response Date: Mar 03, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Concord , MA 01742
    USA
Description

This is a Sources Sought announcement to determine the interest, availability, and capability of potential Architect-Engineer (A-E) contractors that are Small Business concerns for an intended small business set-aside procurement based on information described below and to solicit feedback from all of industry on the proposed approach. It is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS.





The U.S. Army Corps of Engineers, New England District desires to identify A-E contractors capable of providing General Engineering and Design Services to include Construction Phase Services (CPS). The NAICS code for this procurement is 541330 (size standard $25,500,000). The current intent is to initially solicit one small business multiple award task order contract (MATOC) later this fiscal year with a capacity of between $18-24M and a MATOC pool of at least three A-E firms. The capacity of the contract is to be shared among the pool of the A-E firms awarded contracts under each MATOC. Solicitation would be in accordance with the Selection of Architects and Engineers statute formerly known as the Brooks Act as implemented in FAR Subpart 36.6.





The intent is that the small business general design A-E IDIQ MATOC contract that is the focus of this sources sought notice will complement the unrestricted general design A-E IDIQ MATOC contract which is to be utilized for larger or more complex projects that was solicited in FY22, such that this MATOC would be used for taskings for general engineering and design-related services that would not meet the definition of “larger or more complex”.. “Larger or more complex projects” includes A-E Services related to projects such as: new construction projects valued at > $15M; construction projects authorized under Military Construction – Army (MCA) and Air Force (MCAF) with A-E fees expected to exceed > $1M; complex or specialized facilities such as those in support of medical or research facilities; and construction of new civil works flood risk reduction facilities. Task orders under this MATOC will be competed amongst the small business A-E firms for work considered to be within the scope of the MATOC contract, and a preferred firm will be selected in accordance with USACE Directors’ Policy Memorandum (DPM) 2020-02. All contracts will have an ordering period not to exceed five years. The location of the work to be performed under this contract shall be primarily in the six New England States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts covered by the U.S. Army Corps of Engineers North Atlantic Division’s mission areas (NY, PA, NJ, DE, MD, VA, WV, and the District of Columbia).





Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website for the respective project. NO SOLICITATION/SYNOPSIS IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to the solicitation announcement at a later time.





Scope Information:



The work is expected to include, but is not limited to, various engineering, design and/or construction phase services for project types noted above. A-E Services that may be required under this contract include the preparation of: design drawings, technical specifications, construction cost estimates, design and construction schedules, design analyses, engineering calculations, design-build requests for proposal, conceptual designs, civil works and military planning studies, engineering studies, and other technical reports, sustainable design/LEED project documentation, commissioning reports, and value engineering (VE) studies. Services may also include all architectural and engineering tasks necessary to develop the documents listed above to also include: developing models (e.g., architectural, hydrology, coastal), economic analyses, life-cycle cost analyses (LCCA), topographic surveying, geotechnical investigation and analysis, aerial and other types of surveying, development and use of GIS systems, and construction phase services to include shop drawing review, as-built drawing preparation, preparation of O&M manuals, field oversight, and engineering consultation services.





Products shall typically be produced to Corps of Engineers guidelines and specific formats set forth under the base contract and/or by individual task order. The firm shall be required to: provide design drawings in Autodesk CADD software (latest version); use Autodesk Revit Building Information Modeling (BIM) software; use Corps computer-based specification software for the development of Specifications (SPECSINTACT); use the latest version of MII (cost engineering software as provided by the Government and licensed to the firm) for the development of construction cost estimates; use Primavera P6 for developing detailed construction schedules and use MS Project for more basic design and constructions schedules; and utilize ProjNet (DrChecks) (https://wwwprojnet.org) for comment resolution of design review submittals.





Responses:





In order to assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include, at a minimum, the following:





1) Firm’s name, address, point-of-contact, phone number, email address, CAGE and DUNS number.





2) Business classification (e.g., 8(a), HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), small business, or none of these).





3) Name of any subcontractors that would be proposed to team with the prime firm and their expected role. Clearly indicate relationships between firms to include if any Joint-Ventures and/or Mentor-Protégé arrangements are intended.





4) Size of firm and those firms on the team to include number of personnel by technical discipline. Providing a recent SF330 Part II for each firm (but not for each of the firm’s offices) would be sufficient to satisfy this requirement. This would not count against page limit.





5) Information on the general experience and capabilities of your firm and team.





6) Short but specific descriptions of your team’s experience and capabilities related to:



a) Design of new and renovated military construction facilities to DoD standards using Unified Facilities Criteria (UFCs) to include meeting cybersecurity, security. and anti-terrorism requirements.



b) Design of new structures and renovation of existing structures for federal government facilities.



c) Developing Request for Proposal (RFP) documentation to be used to solicit Design-Build contracts.



d) Providing design services for a portion of a project to complement USACE or federal government in-house design staff.



e) Providing Military Master Planning services



f) Conformance with sustainable design practices including providing independent building commissioning during design and construction.



g) Use/knowledge of Corps computer-based cost engineering systems (MCACES II or MII) for the development of construction cost estimates.



h) the development of Plans & Specifications including the use of Corps computer-based specification software (SPECSINTACT).



i) Providing a Certified Value Specialist (CVS) to lead development of Value Engineering studies.





7) As supporting documentation, submit project overviews of up to three (3) projects representative of the capabilities listed immediately above that were studied/designed within the past seven (7) years. The project overviews shall include a synopsis of the project including project name, client, photos, month/year the firm’s design work started and completed; total contract value of the firm’s design work specifically; physical size of the designed facility; construction cost; and customer point-of-contact. Note – provide information most relevant to the intended use of the contract (items a-e listed in paragraph 6 above) and is typical of the work performed by your firm; it is not expected that any firm or team will have capabilities or projects in each of the elements in paragraph 6.





8) Small businesses shall clearly address their in-house capabilities to accomplish the above stated work requirements. In accordance with requirements of FAR 19.508(e) and 52.219-14, "at least 50% of the cost of contract performance incurred for personnel" must be expended for employees of the prime firm along with "similarly situated" subcontractors over the life of the contract. "Similarly situated" subcontractor means a first-tier subcontractor, including an independent contractor that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the specified NAICS code. Respondents are to indicate and demonstrate their ability to perform at least 50% of the work required under this proposed contract, based on the work described above for work in the six New England states.





Responses should be limited to a pdf file that shall not exceed twenty 8.5x11 pages (not including cover sheet); 11x17 pages (count as two pages) can be used where appropriate. Responses are due by March 03, 2023. Responses should be emailed to Contract Specialist Natalie Allen at Natalie.M.Allen @usace.army.mil. NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED. This sources sought announcement is not to be construed as a commitment by the Government. The Government will not pay for any material provided in response to this market survey nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.





Government Agency URL: www.nae.usace.army.mil





Government Agency URL Description: New England District, Corps of Engineers


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 696 VIRGINIA ROAD
  • CONCORD , MA 01742-2751
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 01, 2023 02:00 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >