INDEFINITE DELIVERY CONTRACT (IDC) GENERAL ARCHITECT-ENGINEERING (A-E) SERVICES CONTRACTS IN TURKEY
Looking for contract opportunity help?
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).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Feb 10, 2022 10:59 am CET
- Original Published Date: Feb 01, 2022 09:12 am CET
- Updated Response Date: Feb 15, 2022 02:00 pm CET
- Original Response Date: Feb 15, 2022 02:00 pm CET
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 541330 - Engineering Services
- Place of Performance: TUR
Description
This amendment to the sources sought is to remove the reference under # 5 Project Description to the Statement of Work (SOW). The SOW will not be provided until the soliciation phase of this requirement. The reference to the SOW is removed below.
Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) General Architect and Engineering (A-E) Contract in Turkey for USACE Europe District This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.
1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU)
2. NAICS: 541330, Engineering Services
3. PLACE OF PERFORMANCE: Turkey.
4. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding a target of THREE (3) General A-E Services IDIQs to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
Because the Government anticipates military construction funded projects to be issued against the resultant contract, at least one of the contracts shall be awarded to a United States (US) firm or a joint venture of US and host nation firm. All firms (including US firms and JVs) must be capable of stamping and signing drawings in Turkey and should be properly registered in Turkey. This acquisition is needed to support the continued and growing CENAU missions in Turkey.
Total Value of Contract: The contract shall not exceed $10,000,000.00 in combined capacity which will be shared among all awardees. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP). No one Task Order shall exceed $2,500,000.00.
Work will be issued by negotiated firm-fixed-price task orders. When two (2) or more indefinite delivery contracts (IDCs) are available to the procuring agency contain the same or overlapping scopes of work so that a particular task order might be issued under more than one IDC, the contracting officer will send a Task Order Requirement Notice (TORN) to the firms. The firms may submit supplemental information that would support their selection. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order:
- Uniquely specialized experience and technical competence in the type of work required;
- Professional qualifications necessary for satisfactory performance of required services;
- Performance and quality of deliverables under current contracts;
- Current capacity to accomplish the order in the required time;
- Technical approach to perfuming the requirement
Performance Period: The contracts will have a base ordering period of five (5) years, with no optional periods.
Anticipated Award Date: The contract is anticipated to be awarded in July/August 2022.
Small and Small Disadvantaged Business requirements are waived for this project due to its OCONUS location (Turkey).
5. PROJECT DESCRIPTION:
Multi-disciplined A-E services are expected to include, but will not be limited to the following. The Project Information is not listed in order of importance, but the primary focus of the anticipated work is noted.
- Primary: Design of military facilities in the stated countries. The design requirements shall need to consider both U.S. design codes and host nation specific design codes and standards, as well as NATO requirements.
- Developing Request-For-Proposal packages for design/build and design/bid/build horizontal and vertical projects.
- Preparation of design criteria, architectural engineering designs, specifications, design-related analyses and studies, and cost estimates for military facilities.
- Environmental documentation preparation, permits, special studies, and other environmental activities as required by US, NATO, and host nation laws and regulations.
- Preparation of feasibility studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-builts, and engineering and design during construction.
- Planning services such as comprehensive master plans, installation real property master planning, infrastructure assessments, planning & design charrettes, CAD/GIS mapping, and systems analysis of existing facilities and infrastructure.
- Construction inspection services, and certification that the construction is in conformance with the design in accordance with host nation requirements.
6. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of A-E Firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement.
7. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
8. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation): • Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address • Offeror's interest in proposing on the solicitation when it is issued • Offeror's Cage Code and DUNS number. • Offeror's capability to perform a contract of this magnitude and complexity (include offeror's capability to execute A-E services, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples that demonstrate:
- capability to work in Turkey (please identify whether the capability is in house or not)
- experience working in Europe, specifically in Turkey
- Offeror's Joint Venture information or Teaming Arrangements
- Include Cage Code or System for Award Management (SAM) information/registration, if available
9. RESPONSES DUE: All interested contractors should submit responses via email by 14:00 hours Central European Time on 15 February 2022. Submit responses and information to sean.o.higgins@usace.army.mil and leah.m.caldwell2@usace.aramy.mil. No hard copies will be accepted.
10. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Sean Higgins at sean.o.higgins@usace.army.mil AND Contracting Officer Leah Caldwell at leah.m.caldwell2@usace.army.mil.
****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING DIVISION KO CMR 410 BOX 7
- APO , AE 09096
- USA
Primary Point of Contact
- Sean Higgins
- sean.o.higgins@usace.army.mil
Secondary Point of Contact
- Leah Caldwell
- leah.m.caldwell2@usace.army.mil
History
- May 18, 2022 01:17 pm CESTPresolicitation (Original)
- Mar 03, 2022 05:55 am CETSources Sought (Updated)
- Feb 01, 2022 09:12 am CETSources Sought (Original)