California Bids > Bid Detail

$49M AE Master Planning

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159891212768339
Posted Date: Feb 23, 2023
Due Date: Mar 8, 2023
Solicitation No: W9123823S0022
Source: https://sam.gov/opp/1ae9d94259...
Follow
$49M AE Master Planning
Active
Contract Opportunity
Notice ID
W9123823S0022
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
US ARMY ENGINEER DISTRICT SACRAMENT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 23, 2023 01:26 pm PST
  • Original Published Date: Feb 15, 2023 06:53 am PST
  • Updated Response Date: Mar 08, 2023 04:00 pm PST
  • Original Response Date: Mar 08, 2023 04:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    CA
    USA
Description View Changes

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.





The Sacramento District is conducting market research to identify large and small businesses which have the capability to complete/manage multiple projects simultaneously. The requested information will be evaluated for the purpose of determining the capability and availability of Large Businesses as well as Small Businesses and to develop subcontracting goals for the various categories of Small Businesses.



The Sacramento District intends to award a $49M Architect and Engineering (A-E) Master Planning Multiple Award Task Order Contract (MATOC) in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and the Engineering Pamphlet (EP) 715-1-7. This procurement will be conducted under NAICS Code 541310; FSC Code C211; SIC Code: 8712, Engineering Services. The size standard for this code is $12,500,000.00.



When the requirement is solicited, firms will be selected for negotiation based on demonstrated



competence and qualifications for all the required work. The Government anticipates issuing Firm-Fixed-Price (FFP) Multiple Award Task Order Contracts (MATOC) for five (5) years with a total anticipated capacity of $49,990,000.





The primary focus is to provide Master Planning and Geographic Information System (GIS) related services to the U.S. Army Corps of Engineers (USACE) for various Federal, State and local agencies. This would be a regional requirement with some requirements falling outside SPD boundaries; however, it is anticipated that the majority of the work will be located within the boundaries of SPD. The SPD includes both military boundaries (CA, NV, UT and AZ) and civil works boundaries (CA, NV, AZ, UT, NM and portions of OR, ID, TX, CO and WY).





This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for master planning and GIS related services. A specific statement of work will be issued with each task order. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee’s office location (not the location of the work). Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure.





Qualifications:





All interested Small Business firms, including 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas:





a. Conduct all aspects of Master Planning and Geographic Information Systems (GIS) for Department of Defense installations and bases; GIS for civil works projects, municipalities, cities, counties, as well as other federal and state agencies. Preparation of U.S. Army and Air Force master plans, various miscellaneous engineering studies involving facilities, infrastructure, application of sustainable design and development concepts and rating systems such as LEED, and/or operational activities on military installations.





b. Services may include Planning; Programming; LEED/Sustainable Planning; Engineering Studies; Installation Sustainability Assessment (ISA) Planning Studies; Encroachment Sustainability (ESAP) Planning Studies; Architectural Compatibility Planning Studies; Conceptual Design Documents (CCD); NEPA activities related to Master Planning; Comprehensive Planning; Area Development Plans (ADPs); Installation Design Guides (IDGs); Architectural Compatibility Guides; Installation Status Reports (ISR); Concept Charrette Documents (CCDs); utility studies; Automated Mapping and Facility Management; Facility Use Surveys (FUS); Facility Optimization Study; Real Property Database Updates; Installation Planning Studies (IPS), Facility Management, Vision Pans, and all other military master planning elements as described in the Unified Facilities Criteria (UFC) for Installation Master Planning, UFC 2-100-01.







c. Services may consist of preparation of utility analyses/plans, development of project programming documents to include DD Forms 1391s with backup justifications, (area development guides and area development plans); cost estimates, Project Development Brochures, Requirements Analysis Management Plans, environmental assessments and/or environmental impact statements related to the master planning process, installation design guides and economic analyses.





d. Services may consist of all aspects of Geographic Information Systems (GIS) and Computer Aided Design and Drafting (CADD) data creation, preparation, database creation, or database management. Work may also consist of evaluation of requirements for hardware and software, training, needs analysis, management of Automated Mapping (AM)/Facilities Mapping (FM)/CADD/GIS systems, coordination and sponsorship of related conferences and the integration of AM/FM/CADD/GIS functions with other engineering systems and analysis models. Work may include 3-D modeling, graphics, videos and renderings.





e. Work may also include collection of field data using hand-held PCs/devices/survey grade units using GPS and field GIS software. Work may also include establishing Enterprise GIS (EGIS) at various Government locations. Work may include posting to Department of Defense (DoD) Intranet/Internet servers. Work may include the digitization and/or scanning of maps, drawings, plans, photos and building plans with interior utilities. (1) Development of Enterprise Geographic Information Systems (field, desktop and Internet based) to support Master Planning and facility management. (2) Ability to prepare paperless master plan utilizing the Internet World Wide Web (WWW) sites and electronic medium to access and display data, and link to EGIS.





f. Services may include real property facility surveys with associated databases. Services may be required to convert digital information to CD/DVD or other media for presentation. The firm selected may be required to supply macros and user commands for various software packages, environments/languages in a documented format.





g. Work may be performed in an ESRI Desktop and ESRI Online software solutions, AutoCAD, Microstation, Google Earth, 3D rendering software as well as equal environment industry products. Firms shall have knowledge of corporate/enterprise databases such as Oracle, MS SQL Server, or equal. GIS work may be field, desktop or Intranet/Internet based. Firms may be required to develop electronic plans as the project medium. Firms should also possess the ability to professionally create professional graphical products utilizing Adobe CS Suite and be able to work with GIS or CAD data for production of maps, posters, document graphics, presentation graphics, and 3D graphics.





h. Firms must have the capability to provide new aerial color photography and false color infrared photography, LIDAR, aerial surveys and photogrammetric products, including mapping and may be required to establish horizontal and vertical ground control using global satellite positioning or other techniques such as conventional surveying. Incidental planning documents such as sketches, technical specifications, 3-D layouts and project plans may be needed as part of these efforts.





i. The contractor shall have the capability to develop CADD and GIS maps and plans including preparation of planning applications and associated documentation. This and other related work may require the contractor to use computer models and conduct pilot projects to predict the planning impacts of mission changes at an installation. Master Planning and GIS training may be needed.





j. This work will include the preparation and reproduction of all necessary training materials including overheads, Power Point slides, training manuals, and exercises. Other miscellaneous services that may be required as part of this work including the creation and population of electronic database including the use the Geographic Information Systems with ESRI products or equal. Providing public and regulatory agency meeting support may be required.







k. Primary disciplines required are: Planners, Geographers, Architects, Civil Engineers, and each individual’s education, training, certification, appropriate accreditation, and registrations, overall relevant experience and longevity with the firm. Secondary disciplines required are: Geologists, Economists, Mechanical Engineers, Electrical Engineers, Environmental Scientists, at least one registered land surveyor, GPS technician, Photogrammetrist, GIS Programmer, GIS Systems technician, CADD technician, draftsman, and aerial photographer.







If a requirement is a Small Business Set-Aside, then Small Business firms are reminded under FAR 52.219-14 Limitation on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of concern for service-type procurement.



NO AWARD will be made from this Sources Sought



The Government intends to award a 5-year Firm Fixed Price Multiple Award IDIQ Contract with Government requirements being competed amongst the MATOC pool and completed as individual Task Orders.





SUMBISSION REQUIREMENTS FOR SOURCES SOUGHT:



All interested parties are encouraged to respond to this notice and may respond to this announcement by submitting statements of qualifications following the instructions below. The qualification statement is limited to 6 pages total; however, if you are a small business your certification of type of small business is required with this submittal, but will not be counted in the total pages. The responses must be specific to the qualifications listed above to show how the respondent meets the qualifications or has the skills and experience to complete the qualification. Again this is not a request for proposals or quotation; there is no solicitation available at this time. A determination by the government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, small business, etc. or unrestricted is within the discretion of the Government.





Based on the results of this sources sought, there could be multiple synopsis, one for Unrestricted (UR) firms and another for Small Business (SB) firms.



Submission of interest to this sources sought announcement is not a prerequisite to any potential future offerings, but participation will assist the Sacramento District in identifying sources with required capabilities. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this announcement.



All interested contractors should notify this office in writing by email by 4:00 PM, Pacific Standard Time (PST) on 8 March 2023. Submit responses via email to Ronald Arbour at ronald.p.arbour@usace.army.mil. Please include the Sources Sought No. W9123823S0022 in the subject line.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >