Washington Bids > Bid Detail

$95M A-E MATOC at JBLM, WA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159136816929357
Posted Date: May 1, 2023
Due Date: May 30, 2023
Solicitation No: W912DW23X0VU2
Source: https://sam.gov/opp/e0ef9884c1...
Follow
$95M A-E MATOC at JBLM, WA
Active
Contract Opportunity
Notice ID
W912DW23X0VU2
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT SEATTLE
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 01, 2023 09:25 am PDT
  • Original Response Date: May 30, 2023 02:00 pm PDT
  • 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:
    Joint Base Lewis McChord , WA 98433
    USA
Description

I. SOURCES SOUGHT:





a. This is a Sources Sought Notice requesting information to be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. This is not a solicitation or a Request for Proposal (RFP) and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests.





b. The purpose of this request is to gain knowledge of interest, capabilities and qualifications of available U.S. Architecture-Engineering (A-E) firms who have the demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought will be used by the Government to make appropriate acquisition planning decisions.





c. The proposed work to be performed under the following North American Industry Classification (NAICS) code: 541330 for Engineering Services.





d. The U.S. Army Corps of Engineers, Seattle District (NWS), Special Projects Branch Joint Base Lewis-McChord, WA 98433 is considering soliciting and awarding, in accordance with PL 92-582 (the Brooks Act) and FAR Part 36 procurement procedures, six (6) to eight (8) multiple award Indefinite Delivery Contracts for A-E task order contracts. The contracts will have a five (5) year base period with a single two (2) year option period. Exercise of options is at the Government's discretion. Shared capacity between all the awarded Indefinite Delivery Contracts for A-E is estimated at $95,000,000.00. Each contract will be awarded the estimated $95,000,000.00 for contract administration purposes; however, this does not imply that the Offeror will be awarded $95,000,000.00 in work as this is only the estimated programmatic capacity. This Contract will utilize Firm Fixed Price (FFP) task orders. The dollar value range of the task orders to be executed under this Contract is anticipated to range from $100,000 to $10,000,000. Typical task orders awarded require 9 to 24 months of effort. Both large and small business A-E firms are encouraged to respond to this Sources Sought announcement. North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $25,500,000.00 in average annual receipts. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken the last 3 fiscal years, does not exceed $25,500,000.00. For more information concerning NAICS and a SBA size standards, go to http://www.sba.gov. Separate criteria is established for other-than­small A-E Firms and the small business A-E firms. When submitting a response, indicate the Prime/Joint Venture (JV) firm's business size: Other-Than-Small or Small Business. If a large business is selected for the unrestricted full and open contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards formally known as Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the US Government System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov Joint ventures must have its own Unique Entity ID (UEI)(Formerly Cage Code) and be registered in SAM as a joint venture.





e. Description of A-E Services: A E services required for the contract include multi-disciplinary engineering and design work to support the renovation and conversion of multiple facilities from barracks to administrative facilities, seismic deficiency corrections in extremely high-risk buildings, renovation of portions of existing buildings for efficiencies, and providing improvements of site infrastructure and utilities to support Joint Base Lewis-McChord (JBLM) and its sub-installations. A-E services will include full design documents, design-build solicitations, drawings, specifications, commissioning efforts, cost estimates, topographical and geotechnical surveys, LEED third party certification, Anti-terrorism Force Protection (ATFP) requirements, master planning, hazardous materials testing and abatement/remediation planning, construction phase services, preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. The contract will be primarily for work for Joint Base Lewis-McChord, Washington. A specific scope of work and services required will be issued with each task order. Specialized knowledge, expertise and past experience that would significantly benefit customers of the Seattle District (NWS), Special Projects Branch Joint Base Lewis-McChord, WA is preferred.





f. Requirement: The purpose of this contract is to provide all A-E and related services necessary to perform various design and engineering services, which include, but are not limited to:





• Performance of full design documents, design-build solicitations, drawings, specifications, commissioning efforts, cost estimates, topographical and geotechnical surveys, LEED third party certification, Anti-terrorism Force Protection (ATFP) requirements, master planning, Arc Flash surveys, Grounding/Lightning Protection System surveys and repairs, hazardous materials testing and abatement/remediation planning, construction phase services, preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support located in Washington (include specific experience with projects at Joint Base Lewis- McChord, WA, if available)





• Capability to support multiple ongoing multi-discipline design and engineering projects (preferably up to five ongoing projects at any given time)





• Specialized experience and technical competence of the firm in performing multi-discipline design and engineering services





• Professional qualifications of the firm's staff and consultants that would likely be assigned to this potential contract





• Experience with LEED design certification documentation on renovation of existing buildings



II. RESPONSE REQUESTED:





a. Offerors’ response to this Sources Sought should be limited to ONLY 5 pages and include the following information:





• Offerors’ name, addresses, point of contact, phone number, e-mail address and small business size status (i.e., small business (SB), small-disadvantaged business (SDB), woman­owned small business (WOSB), historically underutilized business zone (HUBZone), veteran owned small business (VOSB), service-disabled veteran owned small business (SDVOSB), 8(a) Program, or other than small business (Large)).





• Offerors’ interest in bidding on the solicitation when it is issued.





• Offerors’ capability to meet project requirements.





• Offerors' Statement of Capability to perform a contract of this magnitude and complexity. (The dollar value range of the task orders to be executed under this Contract is anticipated to range from $100,000 to $10,000,000.) Your firm should identify whether the work was independently completed as a prime contractor or affiliated with another contract (joint venture or as a subcontractor.) If your role was as a subcontractor, describe the design services your company provided. For each project listed, please provide a brief description of the project, customer name, date of performance, and dollar value of the project. Examples highlighting working in Western Washington and specific experience with projects at Joint Base Lewis-McChord, WA is preferred.





• The completed attached Small Business Questionnaire.





• Offerors SHALL NOT submit a SF330 in response to this Sources Sought Announcement.





b. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized at https://www.sam.gov.





c. Interested offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 2:00 pm (PST) 30 May 2023, Pacific Standard Time. All interested offerors must be registered in SAM to be eligible for award of Government contracts. Email responses to: Mr. Robert J. Blair, Contract Specialist, CENWS-CT-D, Seattle District, Special Projects Branch Email address: robert.j.blair@usace.army.mil Email will be the only method when receiving responses to this Sources Sought/Synopsis.





**PLEASE NOTE: NO PHONE CALLS WILL BE ACCEPTED, ALL QUESTIONS MUST BE IN THE FORM OF EMAIL WITH THE SUBJECT OF THE EMAIL SHOWING AS " W912DW23X0VU2_SOURCES SOUGHT FOR A&E SERVICES, JBLM, WA**





d. Contracting Office Address:



US Army Corps of Engineers, Seattle District, Special Projects Branch



Bldg 2015, N. 4th Street and Pendleton, Rm 332 (Robert Blair),



JBLM, WA 98433-9500





** PLEASE NOTE: USPS DOES NOT DELIVER TO THE ABOVE ADDRESS**





e. Point of Contact(s):



Contract Specialist: Robert Blair, e-mail: robert.j.blair@usace.army.mil



Contracting Officer POC: Jeff Ross, e-mail: jeffrey.a.ross@usace.army.mil



Small Business Professional: Enshane’ Nomoto, e-mail: Enshane.Nomoto@usace.army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 01, 2023 09:25 am PDTSources 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 >