INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL AND GENERAL ENGINEERING SERVICES FOR PHILADELPHIA DISTRICT CIVIL WORKS PROGRAM MISSIONS
ID: W912BU24R0023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST PHILADELPHIAPHILADELPHIA, PA, 19103-0000, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) - Philadelphia District plans to award a small business an Architect-Engineer (A-E) contract for civil works projects. With a $24 million capacity, this contract seeks to support engineering and design services for horizontal infrastructure, including roads, utilities, and environmental systems.

    The focus is on obtaining detailed design services, primarily for site investigations, with expertise in civil, structural, and electrical engineering required. Firms will negotiate task orders, adhering to USACE standards, with evaluations based on demonstrated competence, qualifications, past performance, and capacity.

    These A-E services are vital for the USACE's Civil Works Program missions, ensuring specialized support for their engineering projects. Interested parties must submit SF 330 forms, past performance questionnaires, and resumes of key personnel by the extended deadline, August 8th, 2024.

    Files
    Title
    Posted
    The primary objective of this procurement is to obtain various architectural and engineering (A&E) services for the USACE. The focus is on evaluating firms' qualifications for multiple A&E tasks. The scope includes several additional services beyond those mentioned in the synopsis, such as electrical and fire protection engineering. Firms must submit qualifications tailored to the criteria outlined in the synopsis, which includes Section II's high-level overview of potential work. The evaluation will prioritize projects completed within the last seven years but will also consider relevant older projects. The government plans to publish answers to clarification questions by specific dates in July, and firms can use a PPQ form from other pursuits in their submissions.
    The government agency seeks a range of architectural and engineering (A&E) services through a Small Business Set-Aside contract. The primary objective is to obtain these services for various infrastructure support facilities' building designs, with a focus on facility maintenance and support. The RFI clarifies that vendors should tailor their submissions to the selection criteria and not an attached statement of work (SOW). The agency confirms the use of MCACES II estimating software and provides clarity on the types of buildings considered support facilities, including pump stations and maintenance buildings. Vendors are afforded flexibility with page sizing for certain sections and the ability to submit more than one page for projects. The agency also specifies the required qualifications and clarifies evaluation criteria, emphasizing the importance of past performance evaluations (PPQs) and state licenses. Key dates for submissions and amendments are also provided.
    The file contains a past performance questionnaire (PPQ) implemented by NAVFAC and USACE for use in procurements. This standard PPQ form aims to streamline the process for contractors and government evaluators. It requests detailed information on a contractor's past performance, including project complexity, client details, and ratings in various areas such as quality, schedule adherence, customer satisfaction, and management. The PPQ focuses on assessing a contractor's relevance, ability, effectiveness, and satisfaction levels. Contractors are responsible for obtaining completed PPQs from clients and submitting them with proposals. Government evaluators may contact references for validation or use other sources like CPARS evaluations to assess past performance. The PPQ provides a comprehensive evaluation framework to assist in the selection of suitable vendors during the procurement process.
    The government seeks to procure professional architect-engineer (A-E) services through a competitive selection process outlined in Standard Form 330. This form, titled "Architect-Engineer Qualifications," is used to gather information on A-E firms' professional qualifications, experience, and capabilities. The primary objective is to evaluate and select the most highly qualified firms for specific contracts. Part I of the form focuses on contract-specific qualifications. Firms are required to provide details such as contract information, proposed team structure, organizational charts, and resumes of key personnel. They must also describe relevant projects and present examples illustrating their team's qualifications for the specific contract. Part II addresses general qualifications, allowing firms to showcase their discipline-specific expertise, employee distribution, and revenue metrics. Firms must submit concise and factual information, with an emphasis on demonstrating their competence and qualifications directly relevant to the contract. The evaluation criteria emphasize the relevance of submitted projects to the contract at hand and the competence of the proposed team. The procurement process prioritizes selecting the most highly qualified firms, with negotiations starting with the top-ranked firm.
    The government seeks an Architect-Engineer (A/E) to provide detailed design and support for civil works engineering projects within the Philadelphia District. The A/E will offer a range of services, including site investigations, design, and documentation, primarily for horizontal infrastructure projects. These projects may involve roads, utilities, bridges, and environmental works. The A/E will be responsible for negotiating task orders, with work requirements varying based on individual project needs. Key capabilities required of the A/E include civil, structural, and electrical engineering; architecture; mechanical engineering; and environmental services. Additional requirements pertain to material testing, inspections, cost estimates, and design-bid-build project delivery. The A/E will adhere to USACE standards and regulations and provide detailed design submittals at preliminary, interim, and final stages. This contract is an Indefinite Delivery vehicle, with task orders dictating the scope and location of individual projects, primarily expected within the Philadelphia District's geographical boundaries.
    The U.S. Army Corps of Engineers (USACE) seeks to award a single small business an Architect-Engineer Indefinite Delivery/Indefinite Quantity contract for General Engineering and Design Services. With a five-year ordering period and a maximum value of $24 million, the contract aims to support Civil Works Program projects. The focus is on horizontal construction and engineering services, including roadways, utilities, and environmental systems design. Firms will be selected based on their expertise, qualifications, past performance, and capacity. Key personnel resumes and a good record of past performance are critical. The solicitation period ends on August 1, 2024, with an anticipated award in September. Firms must submit detailed responses electronically, adhering to the specified page and font size limitations.
    The U.S. Army Corps of Engineers (USACE) seeks to award a single small business an Architect-Engineer Indefinite Delivery/Indefinite Quantity contract for general engineering and design services. With a five-year ordering period and a maximum capacity of $24 million, the contract aims to support Civil Works Program projects. The focus is on horizontal construction, including roadways, utilities, and wastewater systems, with occasional vertical construction elements. The selected firm will provide architectural and engineering services, including design, construction management, and reporting. Evaluation criteria prioritize specialized experience, technical competence, professional qualifications, past performance, and capacity. Key personnel resumes and past performance data are required. The contract is expected to be awarded in September 2024, with a guaranteed minimum of $10,000. Interested parties must submit their applications by the original deadline of August 1st, 2024, extending to the same date for responses.
    The U.S. Army Corps of Engineers (USACE) seeks to award a single small business an Architect-Engineer Indefinite Delivery/Indefinite Quantity contract for General Engineering and Design Services. With a maximum capacity of $24 million, the contract aims to support Civil Works Program projects within the Philadelphia District and potentially other USACE North Atlantic Division areas. The focus is on horizontal construction, including roadways, utilities, and wastewater systems, with occasional vertical construction elements. Selection will prioritize firms with expertise in civil, structural, and geotechnical engineering, as well as inspection services and hydrology. Key personnel resumes and past performance references are required. The contract, with a five-year ordering period and a guaranteed minimum of $10,000, is expected to be awarded in September 2024. Firms must submit their capabilities via Parts I and II of the SF 330 form, with a response deadline extended to August 8th, 2024.
    Similar Opportunities
    MULTI-DISCIPLINE V/E ARCHITECT/ENGINEER SERVICES FOR PROJECTS IN THE U.S. ARMY CORPS OF ENGINEERS, BALTIMORE DISTRICT, NORTH ATLANTIC DIVISION (NAD)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to provide multi-discipline V/E (Value Engineering) services for various projects. The procurement aims to enhance project efficiency and effectiveness through expert engineering and architectural support, which is critical for the successful execution of military infrastructure projects. The proposal due date has been extended to 11:00 AM EST on 12 September 2024, and interested firms can reach out to primary contact Yubaraj Rasaily at yubaraj.rasaily@usace.army.mil or 443-853-2061 for further inquiries.
    UNRESTRICTED MULTIPLE AWARD TASK ORDER CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A/E) SERVICES
    Active
    Dept Of Defense
    The Department of the Army, specifically the US Army Engineer District Charleston, is seeking qualified firms to participate in an Unrestricted Multiple Award Task Order Contract for Multi-Discipline Architect-Engineer (A/E) Services to support government agencies within the South Atlantic Division (SAD) region. The contract will primarily focus on engineering services as defined under NAICS code 541330, which encompasses a range of architectural and engineering tasks. This procurement is vital for ensuring that the necessary engineering support is available to meet the diverse needs of government projects in the region. Interested firms must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) to comply with federal requirements. For further inquiries, potential offerors can contact Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045.
    Sources Sought Notice - USACE IDIQ for IMCOM Builder
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Mobile District, is seeking information from qualified small businesses for an upcoming Indefinite Delivery/Indefinite Quantity (IDIQ) procurement focused on Architect-Engineer (AE) Services to support the Enterprise Sustainment Management System (ESMS) at various Army installations, both domestically and internationally. The required services will encompass comprehensive support for the BUILDER database, project administration, planning services, technical expertise, and quality control, with firms expected to manage multiple task orders valued at $750,000 or more. This procurement is critical for maintaining and enhancing the operational capabilities of military installations, ensuring effective management of facilities and resources. Interested firms must submit their qualifications and relevant past performance information via email by 12:00 PM CST on September 9, 2024, with an anticipated contract value of $249 million over five years. For further inquiries, contact Kellden Williams at kellden.williams@usace.army.mil or Kyle M. Rodgers at kyle.m.rodgers@usace.army.mil.
    Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for Hydrologic and Hydraulic Engineering ($49M), supporting Civil Works Projects, Sacramento District (SPK), South Pacific Division (SP
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineering firms for an Indefinite Delivery Contract (IDC) to provide hydrologic and hydraulic engineering services, with a total shared capacity of $49 million. The contract will support Civil Works projects primarily for the Sacramento District and other districts within the South Pacific Division, focusing on tasks such as reservoir modeling, flood risk management, and hydraulic analysis. This procurement is critical for enhancing water management and flood control systems, ensuring effective responses to hydrometeorological challenges. Interested firms should prepare for a solicitation release on or about September 25, 2024, and may contact Aurielle Ruiz at aurielle.ruiz@usace.army.mil or Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil for further information.
    Architect/Engineer Services for one (1) Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity in support of roof and building envelope design, evaluation, and analysis services in support of Louisville District customers.
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide comprehensive roof and building envelope design, evaluation, and analysis services under a Single Award Task Order Contract (SATOC) with a maximum cumulative value of $15 million. The contract, which spans five years, will focus on various architect-engineer services primarily for roofing and building envelope repair and replacement for Army Reserve projects nationwide, including U.S. territories. The selected firm will be responsible for producing designs, conducting site assessments, and managing construction-related activities, with individual task orders estimated between $150,000 and $6 million. Interested firms must submit their qualifications and past performance questionnaires by 2:00 PM Eastern on October 7, 2024, and can direct inquiries to Alex Hamilton at alex.j.hamilton@usace.army.mil or by phone at 502-315-6252.
    MATOC for General Architect Engineering services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) focused on General Architect-Engineering (A-E) services. The procurement aims to identify qualified firms capable of supporting various military and non-military construction programs within the North Atlantic Division (NAN/NAD) boundaries, with a total contract capacity not exceeding $200 million over five years. This opportunity is crucial for enhancing military infrastructure, including construction and renovation of facilities such as hangars, training centers, and administrative buildings. Interested firms must submit a capabilities statement by email to Stephen DiBari within 15 calendar days of the notice, detailing their qualifications and experience in relevant projects.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the US Army Corps of Engineers (USACE) New York District (NAN).
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) New York District is conducting a Sources Sought Announcement for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at facilitating construction, renovation, and repair projects at military and federal facilities primarily within New York and New Jersey. This procurement seeks to gather information from both small and large businesses to assess interest and capabilities for executing Design-Build and Design-Bid-Build projects, with anticipated task orders ranging from $10 million to $100 million. The MATOC will encompass a variety of projects, including environmental restoration and infrastructure improvements, with a total shared capacity estimated between $250 million and $495 million over a five-year period. Interested contractors should submit their capabilities packages to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil, with the solicitation expected to be issued around Q1 2025.
    C--Architect and Engineering (A&E) Indefinite Deliver
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualifications from small businesses for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A&E) services valued up to $16 million over a five-year period. The contract aims to support complex projects across Idaho, Oregon, Montana, and Washington, focusing on areas such as small-scale industrial water treatment and large-scale hydropower project designs. This procurement is crucial for enhancing the management and development of water resources and infrastructure, ensuring compliance with environmental standards. Interested firms must submit their qualifications using the SF-330 form by September 20, 2024, and can direct inquiries to Lance Fleming at lfleming@usbr.gov or by phone at 208-378-5338.
    ENSLEY ENGINEER YARD STRINGOUT PROJECT
    Active
    Dept Of Defense
    The Ensley Engineer Yard Stringout Project, initiated by the U.S. Army Corps of Engineers, Memphis District (MVM), seeks to invite potential contractors for a firm-fixed price construction contract. The project involves a significant renovation of the Ensley Engineer Yard's Stringout, requiring partial demolition, dredging, and the construction of new marine structures. The key task is to construct a new eastern ramp and pile clusters, along with providing electrical and mechanical systems. The contract may involve off-site manufacturing and transportation of parts to the Ensley Engineer Yard for assembly. The Memphis District aims to identify experienced contractors, particularly small businesses, registered under NAICS code 237990 (Other Heavy and Civil Engineering Construction) with a size standard of $45 million. Interested parties should provide a concise summary of their recent relevant experience, including five references for similar work performed within the last five years. This market survey, due by 12 pm CDT on September 9, 2024, is a preliminary step to ascertain contractors' capabilities. It is emphasized that this is not a solicitation for proposals, and no funding will be provided for information submitted. The MVM district will handle the procurement process, and all communications should be directed to Jessica Lurry and Monica Moody via email. Businesses are encouraged to register in the System for Award Management (SAM) for potential contract awards. The USACE aims to gather information for strategic planning and does not guarantee any contracts. Respondents are advised to provide concise and relevant details as per the specified requirements.
    PILE DIKE SINGLE AWARD TASK ORDER CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for a Single Award Task Order Contract (SATOC) for Pile Dike Services, with a total capacity of $10 million over a five-year period. The contract aims to procure engineering services related to civil works projects, including design, inspections, and compliance with environmental regulations, specifically tailored for river training structures and habitat restoration in Oregon and Washington. This opportunity is significant for firms with expertise in hydraulic, structural, and environmental engineering, as it supports critical infrastructure projects while adhering to high standards of quality and safety. Interested firms must submit their qualifications using the SF 330 form by August 30, 2024, with inquiries directed to Kristel Flores at Kristel.M.Flores@usace.army.mil or Andrea Smothers at Andrea.K.Smothers@usace.army.mil.