Similar Projects
A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

RFP Engineering - Waterfront Facilities and Amenities
Infrastructure
Bidding
$6,000,000 CJ est. value
Norfolk, VA 23505

RFP Engineering - Waterfront Facilities and Amenities
Infrastructure
Bidding
$6,000,000 CJ est. value
Norfolk, VA 23505

National Guard Bureau, Region 3, Architect and Engineering Indefinite Delivery Indefinite Quantity Contract for Vertical Projects
Post-Bid
$75,000 to $30,000,000 est. value

National Guard Bureau, Region 3, Architect and Engineering Indefinite Delivery Indefinite Quantity Contract for Vertical Projects
Post-Bid
$75,000 to $30,000,000 est. value

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

Roofing, Facade, and Building Envelope Engineering and Design Services
Alteration
Design
$2,500 to $6,000,000 est. value

RFP - Annual Environmental Services
Term Contract
Bidding
Norfolk, VA 23510

Engineering, Planning and Development
Post-Bid

USCG Ocean Architect/Engineering IDIQ MATOC
Results
$3,500 to $2,500,000 est. value

Design and Construction Admin to Convert ODU Inn to Police Station
Renovation, Alteration
Design
$10,000,000 est. value
Norfolk, VA 23508

RFP - Norfolk Coastal Storm Risk Management Program / Program and Project Management Support Services
Term Contract
Bidding
Norfolk, VA 23510

Architectural and Engineering Services for 38 Various Public Utilities Projects
Post-Bid
$1,500,000 to $6,000,000 est. value
Virginia Beach, VA

Last Updated 10/08/2022 04:31 AM
Project Title

RFQ - Small Business Architectural and Engineering Indefinite Delivery Contracts to Support Norfolk District Operations

Physical Address View project details and contacts
City, State (County) Norfolk, VA 23510   (Norfolk City County)
Category(s) Professional Services
Sub-Category(s) Architectural, Engineering
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $80,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

SMALL BUSINESS ARCHITECTURAL AND ENGINEERING INDEFINITE DELIVERY CONTRACTS TO SUPPORT NORFOLK DISTRICT OPERATIONS THIS IS A SOURCES SOUGHT NOTICE ONLY; IT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. There are no solicitations, specifications, and/or drawings available at this time. No solicitation exists and solicitation requests will not be acknowledged. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential Small Business Qualified Architect and Engineer firms. The government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. No award will be made from this Sources Sought Notice. WE ENCOURAGE ONLY INTERESTED, CAPABLE, QUALIFIED, AND RESPONSIVE SMALL BUSINESS CONTRACTORS WITH THE MINIMUM CAPABILITIES (I.E., REFER TO PROJECT DESCRIPTION) TO REPLY TO THIS SOURCES SOUGHT ANNOUNCEMENT. All Interested Small Business (SB), Small Disadvantaged Business (SDB), Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(A) Or Women-Owned Small Business (WOSB), firms should respond to this notice under NAICS Code 541330 - Engineering Services. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers (USACE) is conducting Market Research to identify potential sources for award of Small Business Architectural and Engineering Indefinite Delivery Contracts to Support Norfolk District Operations. The purpose of these Architectural-Engineering (A-E) contracts is to allow for increased capacity to meet the expected demands of this new program in the upcoming fiscal years. The A-E Multiple-Award Task Order Contract (MATOC) will provide a broad range of Architectural and Engineering (A-E) services as defined by 40 U.S.C. 1101 and FAR 2.101. The General Engineering Services awarded in this MATOC will support Norfolk District's programs and may include design services for Military, Interagency, Environmental, and Civil Works projects to support renovations and/or new construction. This requires but is not limited to architectural survey, archaeological survey, design, drafting, planning, programming, cost estimating, topographic or boundary surveys, on site construction management, shop drawing reviews, preparation of Requests for Proposals (RFPs) for Design/Build Projects, various engineering studies, site investigations, and value engineering services. A-E services may include design services for design-bid-build or design-build projects, support to pre-award/solicitation/IFB/award of construction contract activities, and construction phase support services. See attached draft Performance Work Statement document for further details. GENERAL: The new acquisition will result in an award of approximately four (4) A-E Indefinite-Delivery-Indefinite-Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC), with a total estimated capacity of $80 Million to be shared among the selected firms. Each contract will have a five-year base with a 6-month option in accordance with FAR 52.217-8 Option to Extend Services (Nov 1999). The contemplated contract will be procured in accordance with the Selection of Architects and Engineers Statute (PL 92-582, formerly known as Brooks A-E Act), 40 USC Chapter 1101 et seq., as implemented by FAR Part 36.6. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 541330 - Engineering Services. The Small Business Size Standard is $22.5 million. All interested parties are reminded that to qualify as a Small Business under any of the above socioeconomic categories, in the event a set aside is done, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern (see FAR 52.219-14 (b)(1)). Interested parties shall be prepared to demonstrate how this requirement will be met, as meeting this requirement will be evaluated in determining the successful offeror once a synopsis notice is issued. Small business concerns should not claim eligibility for any given set-aside if they cannot meet the cost of personnel requirement for that set-aside. CAPABILITIES STATEMENT REQUIREMENTS: Interested sources must provide a response that addresses the information listed below. The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute the proposed Project. The Capability Statement should be limited to 5 single-sided pages, demonstrating the firm's ability to meet and execute the requirements set forth above. Please ensure to address all questions requested by the Government: 1. Company name, address, phone number, and a point of contact name and title with email address. 2. Company's Cage code and Unique Entity Identifier (UEI) to verify your business status (i.e., Small Business, HUBZONE, etc.). All Contractors must be registered in the System for Award Management (SAM) prior to submitting a qualification statement once a synopsis notice is issued. Please see https://sam.gov/content/home for additional registration information. 3. Indicate the primary nature of your business, business size in relation to the NAICS Code 541330, and capability to execute the capabilities listed above. 4. Submit three (3) example projects (one page each) completed within the past 7 years, and all of which must incorporate the following elements: design in support of a Design-Bid-Build projects and Design Build RFP development for Vertical construction projects with $10 Million maximum Construction Contract value. Projects may be Renovations or new Construction. 5. Provide the Contract Number, Contract Type (i.e., Fixed Price, IDIQ, Cost Reimbursement, etc.), project value, contract value, and point of contact with phone number. Indicate whether the work was performed as a prime or a subcontractor, as well as what percentage of work your firm performed. 6. Provide professional qualifications and capabilities of key personnel to be assigned to the resulting contract, include experience within the past 7 years in the types of work addressed above. 7. If you are considering entering a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide, and include applicable professional qualifications and experience for each member, and to what extent your firm has worked with the proposed subcontractors in the past. Interested sources may optionally submit a separate document containing comments to the draft Performance Work Statement. There is no specific page limit for the comments to draft Synopsis document. References to CCR, DUNS Number, and NAICS size standard will be corrected prior to issuance of the Synopsis/Solicitation. RESPONSE: All questions and responses to this announcement may be sent electronically to Synease McArthur at synease.s.mcarthur@usace.army.mil and a copy to Michael Hagerty at michael.hagerty@usace.army.mil no later than 4PM Eastern Standard Time (EST) on 25 October 2022. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. LATE RESPONSES MAY NOT BE CONSIDERED. LOCATIONS COVERED BY THE CONTEMPLATED CONTRACT ACTION: Work will take place in the Norfolk District's Area of Responsibility, with the possibility of work taking place within North Atlantic District (NAD) area of responsibility. See website: https://www.usace.army.mil/Missions/Locations/ POINTS OF CONTACT FOR THIS NOTICE: Primary Point of Contact: Synease McArthur Contract Specialist synease.s.mcarthur@usace.army.mil USACE District, Norfolk Secondary Point of Contact: Michael Hagerty Lead Contract Specialist michael.hagerty@usace.army.mil USACE District, Norfolk The method of contractor selection has not been determined at this time.

Details

Division 01 - General Requirements.
Division 03 - Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties.
Division 11 - Equipment.
Division 13 - Special Construction.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 25 - Integrated Automation.
Division 26 - Electrical.
Division 27 - Communications.
Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents