Skip to main content

An official website of the United States government

You have 2 new alerts

$60M Small Business and $90M Unrestricted Indefinite-Delivery Architect-Engineer Services Contract (Civil) Design for Miscellaneous Projects in the USACE Honolulu District Area of Responsibility

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Original)
  • Original Published Date: Apr 07, 2023 02:57 pm HST
  • Original Response Date: Apr 21, 2023 03:00 pm HST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 22, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    HI
    USA

Description

THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. This announcement is for information and planning purposes only and is not to be constructed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.

BACKGROUND:

The US Army Corps of Engineers, Honolulu District, is contemplating the award of a SMALL BUSINESS and an UNRESTRICTED multiple Indefinite-Delivery Architect-Engineer Services Contracts (IDCs) for Civil Engineering Services in Support of Military and Civil Works in the U.S. Army Corps of Engineers (USACE) Honolulu District (POH) Area of Responsibility (AOR).  The IDCs will consist of a base period of five (5) years with no option periods. The amount will not exceed a cumulative total of $60,000,000.00 for all contracts awarded under the Small Business solicitation and $90,000,000.00 for all contracts awarded under the Unrestricted, over the five (5) year period. Work is subject to the availability of funds. Each task order issued shall be firm-fixed price (as negotiated) and funding shall be cited on individual task orders. Only firm(s) considered highly qualified will be awarded a contract. Work under these contracts will be subject to satisfactory negotiation of individual task orders. Selection of A-E firm(s) is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services.

Work primarily includes but is not limited to any or all of the following range of Civil Engineering services for a broad variety of minor to major repair, modification, rehabilitation, alternatives and new construction projects primarily in support of the Department of Defense and associated Agencies. All design and other engineering-related services must be performed by or under the direct supervision of licensed professional Engineers.

Civil Design and/or other Professional Services are being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented by FAR 36.6, as required for design support primarily for projects within the POH AOR. The POH AOR includes State of Hawaii, territories of Guam, Commonwealth of Northern Mariana Islands (CNMI), Federal States of Micronesia (FSM), American Samoa, and Kwajalein Atoll, and Republic of the Marshall Islands. Contract capacity may be shared with other U.S. Army Corps of Engineers Districts upon approval by the Contracting Officer and acceptance by the Contractor.

SIZE STANDARD. The North American Industrial Classification Code (NAICS) for this procurement is 541330. This announcement is open to all businesses regardless of size.

Response Information:

Only interested PRIME Architect-Engineers should submit a narrative demonstrating experience in the project scope. Please indicate if the firm is a small business contractor or a contractor that qualifies under a Small Business Program (i.e. 8(a), HUBZone, Service-disabled Veteran-owned Small Business, Women-owned Small Business).

Information is limited to 5 single sided pages

THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note it is required that interested contractors be registered in System for Award Management (SAM). Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Information shall be submitted electronically to Kristin Schultz at kristin.e.schultz@usace.army.mil and Kent Tamai at kent.a.tamai@usace.army.mil by April 21, 2023, 3:00 p.m. Hawaii Standard Time.

PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION ZH BLDG 230 ATTN CEPOH CT
  • FORT SHAFTER , HI 96858-5440
  • USA

Primary Point of Contact

Secondary Point of Contact

History