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
    MATOC set -aside for Small business for General A-E 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) set aside for small businesses to provide general architect-engineer (A-E) services. The procurement aims to identify qualified firms capable of supporting various military construction and non-military programs within the NAN/NAD boundaries, with a total contract capacity not to exceed $50 million over a five-year period. This opportunity is significant as it encompasses a wide range of A-E services, including design, planning, and construction support for projects under $1 million, emphasizing the importance of small business participation. Interested firms must submit their capabilities statements to Stephen DiBari via email within 15 calendar days of the notice, and must clearly identify their business size and relevant experience in similar projects.
    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 by leveraging expert engineering services, which are critical for the successful execution of military infrastructure projects. Proposals are now due by 11:00 AM EST on 02 October 2024, following an extension from the original deadline, and interested firms can direct inquiries to primary contact Yubaraj Rasaily at yubaraj.rasaily@usace.army.mil or secondary contact Sherry Rhoden at sherry.s.rhoden@usace.army.mil.
    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.
    W912QR24R0083 - AE Geotechnical Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide geotechnical engineering services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The selected firm will be responsible for a range of activities including soil and rock drilling, geotechnical evaluations, laboratory testing, and stability analyses within the Louisville District Military Mission Boundaries. This contract, valued at up to $5 million over a five-year period, will be awarded based on demonstrated competence and qualifications, with task orders ranging from $25,000 to $400,000. Interested firms must submit their qualifications by 10:00 a.m. Eastern on October 11, 2024, and can contact Adyson Medley at adyson.medley@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 at up to $16 million over five years. The contract will support complex projects across Idaho, Oregon, Montana, Washington, and Wyoming, requiring expertise in various engineering disciplines, including architecture, hydropower, civil, mechanical, and electrical engineering. This initiative is crucial for enhancing the management and development of water resources and infrastructure projects, 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.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    C--NORTHEAST and NATIONAL CAPITAL REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services via an Indefinite Quantity contract for various projects in the Northeast and National Capital Region. The anticipated contract will encompass a broad range of services, including historic preservation, engineering, environmental planning, and project management, with a maximum contract value of $100 million over five years. This opportunity is crucial for supporting the NPS's mission to maintain and enhance national parks and related sites, ensuring compliance with federal regulations and standards. Interested firms must demonstrate their ability to self-perform at least 50% of the work and submit their qualifications by September 17, 2024, with a solicitation expected to be released in Spring 2025. For further inquiries, contact Bai Perney at baiperney@nps.gov or call 303-987-6766.