Skip to main content

An official website of the United States government

You have 2 new alerts

Amendment 01 - W912ER22R0032 - Architect-Engineer Master Planning Single Award Task Order Contract for Real Property Planning, Programming, and Management Support

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: May 31, 2022 05:32 pm EDT
  • Original Published Date: May 13, 2022 01:08 pm EDT
  • Updated Date Offers Due: Jun 14, 2022 02:00 pm EDT
  • Original Date Offers Due: Jun 14, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 29, 2022
  • Original Inactive Date: Jun 29, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:

Description

USACE through the Transatlantic Middle East District (CETAM) has a requirement to provide Architect-Engineer (A-E) services and specifically Real Property Planning, Programming, and Management Support (RPPPMS) in support of the design and construction activities to support a variety of worldwide missions under North American Industrial Classification System (NAICS) code 541330. This Single Award Task Order Contract (SATOC) will primarily support the operational requirements of various U.S. Central Command (CENTCOM) stakeholders as well as the CETAM worldwide missions, USACE enterprise missions or tasks, Department of Defense (DoD), or foreign government initiatives that may be assigned to CETAM in the next five years.  CETAM intends to award a single award IDIQ with a proposed capacity in the amount of $24,000,000.  The Government will award one contract using full and open competition for all offerors.  Due to the location of the projects, the Government does not anticipate setting aside the requirement to a small business concern. The period of performance (PoP) will be a five (5) year ordering period consisting of one (1) thirty-six (36) month base ordering period, and one (1) twenty-four (24) month optional ordering period. FAR 52.217-9, Option to Extend the Term of the Contract, and FAR 52.217-8, Option to Extend Services will be evaluated and included in the multiple award IDIQ.  The A-E synopsis requirements and evaluation criteria are found under the included attachment.  Electronic copies shall be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. Proposals submitted by mail or hand carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of proposals. All proposals received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR). There are 10 general steps a vendor must follow in order to use PIEE application modules.  A complete list can be viewed at the following site:  https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5. For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. For additional assistance with PIEE, please see the Department of Defense Procurement Toolbox at https://dodprocurementtoolbox.com/site-pages/solicitation-module.  

Amendment 01: Revised synopsis to address RFIs submitted.  The revised synopsis document is attached and all revisions are noted in red.

Contact Information

Contracting Office Address

  • PO BOX 2250
  • WINCHESTER , VA 22604-1450
  • USA

Primary Point of Contact

Secondary Point of Contact

History