W9127824R0063 – Sources Sought – Architect-Engineer (AE) Services to support USACE, Mobile District’s Civil Works Program and Support for Others.

Apr 27, 2024 | Sources Sought

This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement.

The purpose of this Market Research/Sources Sought Notice is to gain knowledge of potential qualified design firms. Responses to this Sources Sought will be used by the government in making appropriate acquisition decisions.

The U.S. Army Corps of Engineers (USACE), Mobile District, anticipates a future Indefinite Delivery/Indefinite Quantity (IDIQ) procurement to acquire Architect-Engineer (AE) Services under individual task orders throughout the Mobile District Area of Responsibility (AOR) to support Mobile District’s Civil Works Program and Support for Others. The majority of the work will be located in the Southeastern United States, and may include Central and South America; however, work may be located at any locations as assigned to Mobile District. The anticipated contract value is $49,000,000 and duration will be five (5) years.

Required A-E services include ALL phases of inland and coastal Civil Works and Support for Others projects including preliminary studies through complete project feasibility report development, engineering analysis and design, detailed construction plans and specifications, and construction phase services. Specifically, selected firms must have experience with:

(1) comprehensive engineering services from feasibility studies and engineering analysis and design through detailed plans and specifications for inland and coastal civil works and water resources projects;

(2) all phases of engineering modeling, design analysis, and documentation for inland and coastal Civil Works projects;

(3) construction plans and specifications;

(4) cost estimating;

(5) surveying.

Task orders typically range in size from $200,000 to $10,000,000, averaging $1,000,000. The selected firm must have, either in-house or through consultants, the following disciplines, with professional registration required where applicable:

(1) Project Manager;

(2) Hydraulic Engineers;

(3) Coastal Engineers;

(4) Civil Engineers;

(5) Cost Estimators;

(6) Geotechnical Engineers;

(7) Environmental Engineers;

(8) Geologists;

(9) Structural Engineers;

(10) Mechanical Engineers;

(11) Electrical Engineers

Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of $25,500,000 average annual receipts over five years. Responses are requested with the following information, which shall not exceed a total of eight pages:

1. Offerors’ name, address, points of contact with telephone numbers and email addresses.

2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, Woman Owned, or 8(a) shall be indicated on first page of submission.

3. Description of firm’s capability to provide the AE services for engineering with necessary personnel; capability to manage the disciplines; and capacity to execute at least 4 task orders similar to range and average stated above under this IDIQ simultaneously.

4. Past performance/experience on indefinite delivery contracts of similar scope and magnitude describing no more than six (6) projects completed within the past five years of the issue date of this Notice.

The six (6) projects shall specifically address the following areas of emphasis and shall be presented in the order listed below:

Project 1 – Riverine or Urban Aquatic Ecosystem Restoration

Project 2 – Coastal Ecosystem Restoration

Project 3 – Inland Flood Risk Management

Project 4 – Coastal Hurricane & Storm Damage Reduction   

Project 5 – Shallow and Deep-draft Navigation

Project 6 – Multipurpose Dam and Navigation Lock and Dam Infrastructure

The past performance information should include project title, location, general description of the AE Services to demonstrate relevance to inland and coastal Civil Works projects, the Offerors’ role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Include the Prime Contractor’s name and a quantifiable amount (percentage) of the project your company contributed (as well as percentage of the project that a similarly situated subcontractor contributed) to the overall scope of work. Prime Contractor experience is required.

Include prior experience with subcontracting team. FAR 52.219-14 Limitations on Subcontracting will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.

NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL.

ALL RESPONSES MUST BE EMAILED to:  [email protected].

Submittals are due no later than by 12:00 (Noon CST) on 29 May 2024. 

Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Limit response to eight (8) pages or less.

Note 1: This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.

Note 2: Large Businesses need not respond.

Note 3: All advertisements of Mobile District projects will be through the official government points of entry.

Contracting Office Address:

USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001

Place of Performance:

USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL 36628-0001

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.