Federal Bid

Last Updated on 16 Apr 2019 at 8 AM
Sources Sought
Location Unknown

THAAD AE Services

Solicitation ID W912ER19R0018
Posted Date 18 Mar 2019 at 5 PM
Archive Date 16 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usace Middle East District
Agency Department Of Defense
Location United states
Solicitation Number: W912ER-19-R-0018
Notice Type: Sources Sought for Architect-Engineering Service

1. This is a Sources Sought request for information for market research purposes only. This is not a Solicitation Announcement, nor is it a Request for Proposal, Quotation, or Bid. This request does not obligate the Government to issue a procurement action or enter into a contract for Architect-Engineering Services. Responses to this Sources Sought Notice is strictly voluntary. The U.S. Army Corps of Engineers Transatlantic Middle East District (TAM) is conducting preliminary research to determine the market capabilities (of both large and small firms) to provide Architect- Engineering (A-E) Services in support of its Kingdom of Saudi Arabia (KSA), Ministry of Defense (MOD), clients. TAM intends to establish a stand-alone Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) specifically to provide A-E services to a Royal Saudi Air Defense Forces (RSADF) Foreign Military Sales (FMS) Program.

TAM's intent is to award one (1) SATOC contract for A-E Services within the country of Saudi Arabia. The contract is anticipated to have a one year base period, and up to six (6) option years (structure to be determined). The contract will have an expected capacity of $90M; the purpose of this notice is to perform market research in order to determine if any A-E firms are interested in performing work in the proposed area of responsibility.

2. PROJECT INFORMATION AND WORK: The selected firm, in support of TAM, shall perform professional services of an architectural and engineering nature and incidental services in accordance with FAR part 36.601-3 and 36.601-4, specifically for the RSADF FMS Program. Other A-E services will include Design-During-Construction (DDC) support, Designer of Record (DOR) site visits during construction, and Title II services. Incidental services may include Topographical and Geotechnical field studies and laboratory analysis as necessary to respond to changes in site requirements, and other necessary A-E professional services. The actual work will be done at the Contractor's office(s), except for trips to the USACE Office(s), the project sites within the KSA, Program Offices in the US and the KSA, or other facilities, as required, for completion of a task.

Task orders issued under this contract will not include positions or efforts that are considered to be inherently governmental (see FAR part 7.5). However, it is the intent of this requirement that the A-E may be called upon to serve as advisors to U.S. Government personnel that are filling such positions.

The requirements will support client needs, program, and missions assigned to TAM for the specific Foreign Military Sales (FMS) program only. Primary tasks under the requirements include but are not limited to Military Construction including horizontal and vertical designs, Missile Defense facilities and infrastructure, and site supporting facilities and infrastructure. Supporting facility types include housing, dining and clubs, operations, storage (military and general), maintenance, and security. Infrastructure includes potable water, power, communications, sanitary water treatment facilities, fuel storage, and associated distribution networks.

3. DISCIPLINE AND TECHNICAL SUPPORT: Qualified professional disciplines as defined in FAR 36.601-3 to support at all levels of the work described above is a requirement of this effort. Both primary and subordinate work may include, but are not limited to, the design discipline function codes of Architecture (06), CADD Technician (08), Civil Engineer (12), Communications Engineer (13), Corrosion Engineer (17), Cost Engineer/Estimator (18), Electrical Engineer (21), Fire Protection Engineer (25), Foundation/Geotechnical Engineer (27), Interior Designer (37), Land Surveyor (38), Landscape Architect (39), Mechanical Engineer (42), Planner (47), Project Manager (48), Sanitary Engineer (52), Scheduler (53), Physical Security Specialist (54), Soils Engineer (55), Specifications Writer (56), Structural Engineer (57), Transportation Engineer (60), Value Engineer (61), and Water Resources Engineer (62).

4. TECHNICAL REQUIREMENTS: The A-E shall be familiar with TAM's operations in terms of automated management review system, computer aided estimates, computerized specifications, computer aided drafting and design systems, TAM's PC software requirements, regulations, and standards. Also, the A-E shall be familiar with the KSA design standards, expectations, and culture.

SUBMISSION REQUIREMENTS: Responses to this sources sought announcement will be used by the government to make appropriate decisions regarding the acquisition process and requirements, and identify potential sources that have the interest, experience, and capabilities in fulfilling the requirements in support of the RSADF FMS Program. A-E firms responding to this sources sought should complete an Experience/Capabilities Statement, which shall not exceed five (5) pages, using Arial Font Size 12.

The Experience/Capabilities statement shall include the following information, and the projects provided shall demonstrate relevant experience, and shall be limited to those started or completed within the last five (5) years from the release date of this notice:

• Business name and size
• Role of the Respondent in the overall project to include magnitude
• Project Name and Location
• Design and Construction Magnitude of the Project
• Scope of services provided by the Respondent
• Year project was started and completed

Firms that intend to submit their survey to demonstrate experience and capabilities should submit their survey no later than 1 April 2019 at 12:00 p.m. EST to:

MAJ Melody Varner at [email protected] and Christa Proctor via E-mail at [email protected].

The NAICS code for this requirement is 541330, with a Small Business Size Standard of $15M.

THIS IS NOT A REQUEST FOR PROPOSALS. NO OTHER NOTIFICATION TO FIRMS FOR THIS PROJECT WILL BE MADE.

5. RESPONSE REQUIREMENTS:

This synopsis is for market research purposes only and is not a "Request for Proposal" (RFP) nor does it restrict the Government's ability to determine the ultimate acquisition approach.

The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Cover letters and extraneous materials (brochures, etc.), will not be considered. No cost proposal or cost information should be submitted.


Contracting Office Address: USACE Transatlantic Middle East District, P.O. Box 2250, Winchester, VA 22604-1450

Place of Performance: USACE Transatlantic Middle East District P.O. Box 2250, Winchester VA 22604-1450 US

Point of Contact(s): Primary: MAJ Melody Varner, [email protected]
Secondary: Christa Proctor, [email protected]

Bid Protests Not Available

Similar Past Bids

Location Unknown 12 Nov 2014 at 2 AM
Location Unknown 01 Jul 2019 at 12 PM
Redstone arsenal Alabama 17 Oct 2024 at 3 AM
Redstone arsenal Alabama 21 Oct 2024 at 4 PM
Redstone arsenal Alabama 05 Aug 2020 at 6 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 1 PM
Picatinny arsenal New jersey 15 Jul 2025 at 9 AM
Snohomish Washington 10 Jul 2025 at 9 PM